Request for Information - IT Administration Contract for AFRL
ID: FA865225R0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8652 AFRL HQ AFRL/PKWRIGHT PATTERSON AFB, OH, 45433-7132, USA

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking industry feedback for a Request for Information regarding an IT Administration Contract aimed at consolidating IT services across its enterprise. The primary objective is to refine the draft Performance Work Statement (PWS) to enhance service delivery, reduce costs, and improve security by unifying various IT administration functions currently managed in separate offices. This initiative is crucial for addressing inefficiencies and ensuring compliance with best practices, particularly in the integration of systems like ServiceNow and the Digital Laboratory Environment (DLE). Interested parties are encouraged to submit their feedback, including capability statements and past performance examples, by September 5, 2025, to the designated contacts, Joshua Sawdey and R. Brant Dickerson, via SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Air Force Research Laboratory (AFRL) Digital Capabilities Directorate (IZ) with IT administration. The contract focuses on IT development, modernization, implementation, and sustainment, emphasizing non-personal services and adherence to ethical standards. Key program areas include Enterprise Business Systems (EBS), Digital Laboratory Environment (DLE), Air Force Research and Development Mission Infrastructure (AFRDMI), and ServiceNow. The PWS details task order management, performance requirements for various IT services (e.g., Infrastructure, Software, Cybersecurity, Cloud, IT Service Management), and quality assurance measures. Deliverables include technical and management reports, and compliance with security certifications and government regulations is mandatory. The document also specifies security protocols, including access to classified information up to TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (TS/SCI) and adherence to physical, operational, and communication security standards.
    The document addresses questions regarding the scope of the anticipated effort under Source Sought FA8652-25-R-0002, specifically in relation to several existing contracts. It clarifies that the new effort will encompass support provided under the listed contracts, including various ServiceNow-related agreements. However, it explicitly states that the purchasing of ServiceNow licenses will not be within the scope of this new vehicle. Additionally, while the new effort will include the Digital Laboratory Environment (DLE) support portion of contract FA8750-25-F-B015, it will not cover the entirety of that order's scope.
    The document, "Questions and Answers – Sources Sought – FA8652-25-R-0002," addresses industry inquiries regarding a new government contract. It clarifies that the anticipated effort includes support for existing contracts like EBS Support and Development and AFRL ServiceNow Subscription, but explicitly excludes the purchasing of ServiceNow licenses. The scope also incorporates Digital Laboratory Environment (DLE) support from an existing vehicle. The government seeks industry feedback, particularly on the migration and integration of ServiceNow into a single IL5 environment, emphasizing compliance with best practices. For DLE, sustainment best practices are primarily sought, with secondary interest in toolset expansion. The government is also interested in addressing typical transition risks, such as capturing existing workforce and developing a transition plan for new staff, but provides no additional details on cost drivers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Platform One Solutions Marketplace (P1SM)/Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is initiating the Platform One Solutions Marketplace (P1SM), an open call for innovative hardware, software, and service solutions aimed at enhancing the delivery of secure software within the DoD. This initiative seeks to address capability gaps and foster technological advancements by allowing participants to submit five-minute unclassified video pitches that align with strategic focus areas such as Agile Training, Application Development, Cybersecurity, and DevSecOps. The P1SM serves as a digital marketplace for vetted solutions, facilitating rapid acquisition pathways and reducing barriers for small businesses and non-traditional defense contractors. Interested parties can reach out to Steven Groenheim at steven.groenheim.6.ctr@us.af.mil or Maj. Jamail Walker at jamail.walker.1@us.af.mil for further information.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    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.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Consolidation D&F for AFSN NEIS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to consolidate contract requirements for the Air Force Systems Networking (AFSN) Network Engineering and Integration Services (NEIS) under the acquisition FA8772-23-R-0001. This consolidation will encompass existing contracts, including AFSN Support, Performance Team/User Experience Testing, and Capabilities Integration Environment Support, with the aim of achieving cost efficiencies, quality improvements, and reduced acquisition cycle times. The consolidation is deemed necessary to enhance mission performance and streamline operations within the Air Force's networking capabilities. For further inquiries, interested parties may contact Richard Ashley at richard.ashley.1@us.af.mil. This notice is for informational purposes only and does not constitute a solicitation.
    FY26 Parabol RFI (Platform 1)
    Buyer not available
    The Department of Defense, through the Air Force Lifecycle Management Center (AFLCMC), is conducting a Request for Information (RFI) regarding the Parabol platform for fiscal year 2026. The RFI aims to gather market research on alternative software solutions similar to Parabol, focusing on aspects such as license types, pricing, transition and training costs, and additional features. This initiative is crucial for understanding the available options to enhance the Air Force's cryptologic and cyber systems capabilities. Interested vendors are encouraged to submit their responses using the provided excel sheet to the designated contacts, Kyle Hamby and Major Jamail Walker, with no contract awards or payments for information anticipated from this RFI.
    Project Management Resource Tools (PMRT)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Project Management Resource Tools (PMRT) through a contract managed by the FA8770 AFLCMC GBK office. This procurement aims to acquire IT and telecom business application/software as a service, as detailed in the attached Justification and Approval (J&A) document for other than full and open competition. The PMRT is essential for enhancing project management capabilities within the Air Force, ensuring efficient resource allocation and project execution. Interested parties can reach out to James Wilson at james.wilson.11@us.af.mil for further information regarding this opportunity, which is set to take place at Wright Patterson AFB, Ohio.