Air Force TENCAP IT Services 8(a) Contract
ID: AFTENCAP_25_IT_001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8691 AFLCMC WINK SENSORSWPAFB, OH, 45433-7101, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE (DJ10)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Air Force Tactical Exploitation of National Capabilities (TENCAP) IT Services under an 8(a) set-aside contract. This procurement aims to provide comprehensive IT support services, including systems engineering, cybersecurity, hardware maintenance, and communications security, to enhance military operations through the integration of national capabilities. The contract is critical for maintaining operational integrity across classified and unclassified systems, with a total estimated value of $37 million and a proposal submission deadline of June 6, 2025. Interested contractors should direct inquiries to Jordan Poling at jordan.poling@us.af.mil or Danielle Kowalski at danielle.kowalski@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is soliciting proposals for Information Technology (IT) Support Services under the Tactical Exploitation of National Capabilities (TENCAP) as part of the 8(a) Business Development Program. This competitive Request for Proposal (RFP) requires eligible 8(a) program participants to submit their proposals by June 6, 2025, for evaluation based on technical adherence and pricing. The contract aims to support various IT services, complying with specific guidelines outlined in the Performance Work Statement (PWS) and supplementary documents attached to the RFP. Proposals should include detailed pricing structures, a comprehensive staffing plan, and risk mitigation strategies, with a cap of 40 pages for the technical volume, while additional Excel models and spreadsheets are exempt from this limit. Unsuccessful bidders will receive notifications and debriefs, and the government retains the right to cancel the solicitation without incurring expenses for proposal preparation. All submissions are to be sent electronically to the designated Contracting Officer by the specified deadline. This RFP exemplifies the government's commitment to leveraging small businesses through structured competitive procurement processes while ensuring compliance and technical rigor in proposal submissions.
    The U.S. Air Force Life Cycle Management Center (AFLCMC) has issued a Request for Proposal (RFP) for Tactical Exploitation of National Capabilities (TENCAP) Information Technology (IT) Support Services, specifically for participants in the 8(a) Business Development Program. The solicitation requires eligible businesses to submit proposals adhering to specifications outlined in the Performance Work Statement and related attachments. Proposals will be evaluated based on technical compliance and price, favoring the lowest-cost, technically acceptable bidder. The effort is set aside solely for 8(a) program participants, with no proposals accepted from ineligible offerors. The document details proposal preparation requirements and outlines the submission process, including a strict deadline. It also emphasizes the need for comprehensive pricing plans, management volumes, and staffing plans. The proposals must be delivered electronically and remain valid for at least 180 days. De-briefs are offered to unsuccessful bidders, and the government reserves the right to conduct negotiations or cancel the solicitation at any time without obligation. The RFP aims to enhance IT support services within the Air Force while fostering small business participation under the 8(a) program.
    The FA869125RB004 attachment outlines the Performance Work Statement (PWS) for the Air Force Tactical Exploitation of National Capabilities (TENCAP), focused on providing Information Technology (IT) support. TENCAP enhances military effectiveness by integrating various ISR capabilities into operations. The contract requires professional services for IT support across classified and unclassified systems, involving tasks such as systems engineering, cybersecurity, contract management, and maintenance. Key objectives include managing help desk support, conducting technical training, ensuring compliance with security protocols, and developing comprehensive management plans for projects. The contractor must possess top-secret security clearances and ensure personnel are trained in relevant IT protocols. A structured plan for transitioning services both in and out is essential, committing to minimal disruption. The contractor is responsible for maintaining all provided data and documentation, conducting regular audits, and ensuring adherence to quality standards. Furthermore, the proposal highlights labor categories and anticipated hours, alongside a strict budgeting framework for projected costs and reimbursements. This document emphasizes the government’s operational needs in securing and enhancing military IT infrastructure through a capable and compliant contractor.
    The document FA869125RB004 – Attachment 2 outlines deliverables for the TENCAP IT Support Services contract, detailing specific milestones and compliance metrics. The primary focus is on project and contract management requirements, including a series of reports, meeting agendas, and plans necessary for effective coordination and execution. Key deliverables include the Project Management Plan, Transition Plans, and Quality Control documentation to be submitted in various formats like Microsoft Word/PDF, with specified timelines. Moreover, the IT service and support section specifies performance standards for deliverables, such as inventory reports, operational audits, and system security documentation, ensuring compliance is met for each stage of the project. Reports are structured for timely delivery, with performance thresholds set at 90-100% accuracy. This comprehensive document emphasizes clear communication, accountability, and adherence to timelines, reflecting the government's commitment to efficient IT service management while encouraging compliance with federal standards for RFPs and contractual obligations.
    The document outlines a solicitation for an Air Force contract designated FA869125RB004, focused on acquiring IT Support services under the Women-Owned Small Business (WOSB) program. It specifies contractual terms, including the requisition number, contractor information, payment methods, and itemized supplies/services with associated pricing. The total award amount for this contract is $37 million, with various line items detailing labor hours and direct costs for three option years. Each option for subsequent performance beyond the base year is clearly defined, indicating monthly and as-required delivery schedules. Furthermore, it highlights compliance with federal regulations and clauses, including the Buyer American Act, and requires that contractors meet set standards for inspection and acceptance of supplies/services. Special contractual requirements for auditing practices, reporting labor and materials costs, and work termination stipulations for government convenience or contractor default are also detailed. Emphasis is placed on supporting small businesses, particularly those owned by women and economically disadvantaged individuals, while ensuring adherence to regulatory expectations, thus reflecting the government's commitment to promote diversity in procurement opportunities.
    The document pertains to the Request for Proposal (RFP) for AF TENCAP IT Services 2.0, focusing on developing government contract requirements. It outlines key inquiries from potential contractors, addressing concerns regarding eligibility, past performance, facilities clearances, pricing structures, and operational details. The Government emphasizes the consideration of relevant commercial past performance while clarifying that the estimated contract value will not be disclosed. Each proposal must address the Performance Work Statement (PWS) elements without specific templates while ensuring individual volume submission for review. There is a notable shift in expected hours from the incumbent contract requirements, indicating increased demand. Contractors must possess a top-secret facility clearance for personnel associated with classified work, which will be conducted exclusively at AF TENCAP facilities in Colorado Springs. The RFP is open to 8(a) contractors, making it a competitive process among eligible entities, with the aim to establish a new standalone contract rather than a task order. Overall, this document reflects the intricacies involved in government contracting and the need for clarity in proposal submissions within specified guidelines.
    The document comprises vendor questions related to the RFP AFTENCAP_25_IT_001, aimed at soliciting proposals for technical services from businesses participating in the 8(a) Business Development program. It addresses the criteria for proposal acceptance, specifically, how "technically acceptable" is defined, and details pricing requirements, including expectations for comprehensive documentation and the structure of the proposal. The government seeks proposals to include a monthly spend plan and mandates compliance with existing contract guidelines, and it highlights organizational conflict of interest (OCI) certifications that are necessary for submission. It clarifies the responsibilities expected of contractors, particularly regarding web design, equipment management, and personnel roles, while emphasizing flexibility in proposal formats to accommodate smaller vendors. The government also assures vendors access to essential existing resources during transitions and confirms no Cost Accounting Standards will apply due to the nature of the contracting entity. The document underscores the government's intent for a clear and structured proposal evaluation process and aims for an award to be finalized before September 2025.
    The AF TENCAP IT Services RFP clarifies various aspects of proposal submissions for potential 8(a) Offerors, emphasizing flexibility in formatting while managing document volume. Key changes include priority for specific documents over earlier RFPs, exemption of past performance examples and staffing plans from a 40-page limit, and an extension of the proposal due date to June 13, 2025. Offerors are encouraged to include relevant past performance references without a set number requirement, and they must submit a staffing plan detailing personnel qualifications, including security clearances. Clarifications stress that all performance will be conducted at AF TENCAP facilities with a defined 9-month base period transitioning into option years and a clear expectation for pricing submissions limited to outlined tasks in the PWS. The document aims to streamline the submission process while ensuring contractors provide necessary information for evaluation, reflecting the government's intent to simplify acquisitions while engaging small business contractors effectively.
    The document FA869125RB004 outlines a Performance Work Statement (PWS) for providing Information Technology support to the Air Force Tactical Exploitation of National Capabilities (AF TENCAP) program. Its primary objective is to enhance military operations through the integration of national capabilities into missions, focusing on classified and unclassified systems. The scope includes system engineering, IT equipment maintenance, cybersecurity support, and training across various communication networks. Key deliverables include the preparation of a Project Management Plan, conducting kick-off meetings, and transitioning in and out of services while maintaining operational integrity. Specific tasks require strong project management, technical support, and compliance with stringent security clearances (TOP SECRET/SCI). The contractor must deliver regular status reports, perform system administration across multiple platforms, and ensure adherence to Cybersecurity and information assurance guidelines. This PWS signifies the strategic importance of IT support in enhancing the effectiveness of military operations, emphasizing high-level technical expertise and structured communication between contractor and government personnel. The document reflects government procurement priorities, including thorough documentation, quality assurance standards, and labor requirements to ensure mission success while maintaining regulatory compliance and operational security.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Advanced Cyber Effects for Strategic Operations (ACESO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking white papers for the Advanced Cyber Effects for Strategic Operations (ACESO) program under the Advanced Research Announcement (ARA) FA8750-25-S-7005. This initiative aims to develop cyber operations prototypes that can be transitioned into operational DoD platforms to enhance superiority in the Cyber Domain, focusing on technologies such as assured and zero-trust infrastructure, Command, Control, Communications, Computers, and Intelligence (C4I), and Offensive Cyber Operations. With an estimated total funding of approximately $950 million, individual awards are expected to range from $10 million to $50 million, with the potential for awards up to $99.98 million, and the program is open for submissions until July 10, 2030. Interested parties should direct technical inquiries to Tanya Macrina at AFRL.RI.ACESO@us.af.mil and business inquiries to Amber Buckley at Amber.Buckley@us.af.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    FA8650-20-S-1958-Call-06-Simulation Environment for Technology Research and Assessments (SENTRA)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Simulation Environment for Technology Research and Assessments (SENTRA) under the TEMPEST Advanced Research Announcement. This initiative aims to enhance modeling, simulation, and analysis capabilities for assessing emerging Integrated Air Defense Systems (IADS) and Electronic Warfare (EW) technologies, focusing on the design, development, and evaluation of advanced Electronic Warfare technologies in contested electromagnetic environments. The total estimated value of the Indefinite Delivery Indefinite Quantity (IDIQ) contract is $32 million, with proposals due by February 18, 2026, at 12:00 PM Eastern Time. Interested contractors must submit their proposals electronically via DoD SAFE after obtaining access from the designated contracting points of contact, Kathryn Skaleski and Richard Bailey, whose emails are kathryn.skaleski@us.af.mil and richard.bailey.26@us.af.mil, respectively.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Defensive Cyber Operations (DCO) Hunt & Clear (HAC) 1.5
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide support for Defensive Cyber Operations (DCO) through the Hunt & Clear (HAC) 1.5 initiative. This contract action is a direct award under the GSA OASIS IDIQ and aims to assist the 33rd Cyber Operations Squadron in executing its mission related to Air Force Defensive Cyberspace Operations, which is critical for supporting unified commands and their combatant commanders. The performance will take place at Joint Base San Antonio (JBSA) Lackland in Texas, and interested parties can reach out to Tara N. White at tara.white.8@us.af.mil or Kaela Bean at kaela.bean@us.af.mil for further inquiries. The contract details and funding specifics are outlined in the associated documentation.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.