FUSIONS II SUPPORT - 616 Operations Center - JBSA-Lackland - Request For Information (RFI)
ID: FA7037_FUSIONSIIRFIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7037 AMIC DET 2SAN ANTONIO, TX, 78243-7091, USA
Timeline
  1. 1
    Posted Nov 19, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 19, 2024, 12:00 AM UTC
  3. 3
    Due Dec 3, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the FUSIONS II Support contract at the 616 Operations Center located at Joint Base San Antonio-Lackland, Texas. The procurement aims to identify potential vendors capable of providing critical services in Information Warfare Support, Datalink Support, Joint Interface Control Officer Support, and IT Software/Programming Support, with an estimated program ceiling of $500 million over five years. This initiative is vital for enhancing the U.S. Air Force's intelligence, surveillance, and reconnaissance (ISR) capabilities, ensuring effective command and control across various operational environments. Interested parties are encouraged to submit their capabilities and insights to Conner Nichols at conner.nichols@us.af.mil or by phone at 210-977-6304, with responses due as outlined in the attached RFI document.

Point(s) of Contact
Files
Title
Posted
Nov 19, 2024, 10:19 PM UTC
The Performance Work Statement (PWS) for Full Spectrum ISR Operational NAF Support (FUSIONS) II outlines a contract aimed at providing vital intelligence, surveillance, and reconnaissance (ISR) support for the U.S. Air Force and its associated commands, primarily stationed at Joint Base San Antonio-Lackland, Texas. This follow-on contract emphasizes the necessity of enhancing operational capabilities by delivering timely intelligence products and ensuring effective command and control. Key services include program management, information warfare support, data link operations, software and network administration, and quality assurance. The contractor is expected to perform tasks autonomously while adhering to specified standards without infringing upon governmental functions. Performance will be monitored through defined objectives, including quality analysis, reporting, and compliance with security protocols. Operational periods extend over five years with detailed tasks aimed at modernizing ISR capabilities, developing strategic communication, and providing comprehensive training and support across multiple operational environments. The PWS also discusses logistics regarding contractor personnel security, response times, and performance metrics essential for mission success. This initiative represents the government's commitment to enhancing its ISR capabilities and operational readiness in a rapidly evolving defense landscape.
Nov 19, 2024, 10:19 PM UTC
The "Full Spectrum ISR Operational NAF Support II (FUSIONS II)" document serves as a Request for Information (RFI) aimed at gathering industry insights for services to support the 616 Operations Center at Joint Base San Antonio-Lackland. The initiative focuses on identifying potential vendors capable of providing Information Warfare Support, Datalink Support, Joint Interface Control Officer Support, and IT Software/Programming Support. With an estimated program ceiling of $500 million over five years, additional work may extend to multiple locations including Virginia, Nevada, California, Germany, and Texas. The Government seeks input to refine its acquisition strategy and encourages responses from small businesses, including joint ventures. Respondents are not guaranteed future contract opportunities and should provide non-proprietary information. A draft Performance Work Statement (PWS) is attached for reference. The document outlines expectations for potential service providers, including capability descriptions, financial data over the last five years, and lessons learned from similar projects. Overall, the RFI reflects the government’s intent to enhance capabilities in ISR operations while exploring industry readiness and operational experiences.
Lifecycle
Title
Type
Similar Opportunities
RFI OSAIS-ONE ACQUISTION SOLUTION FOR INTEGRATED SERVICESS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) regarding the OASIS-ONE Acquisition Solution for Integrated Services, aimed at supporting the 67th Cyberspace Wing at Joint Base San Antonio. The RFI focuses on understanding the capabilities of the 8(a) Small Business subpool to fulfill critical labor categories necessary for enhancing operational readiness and cybersecurity missions, which include managing and defending global Air Force cyberspace networks. This initiative is vital for ensuring mission effectiveness in cyberspace operations, with contractors expected to provide qualified manpower for various tasks outlined in the Performance Work Statement (PWS). Interested parties must submit their responses, limited to three pages and devoid of proprietary information or pricing details, by April 28, 2025. For further inquiries, contact Taurean Clark at Taurean.Clark@us.af.mil or call 380-457-2901.
Offensive Small Uncrewed Aircraft Systems (sUAS) System Program Office (SPO) Low-Size, Weight, and Power and Cost (SWaP-C) Multi-Domain Communications and Data Relay End Items Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from industry regarding the development of Low-Size, Weight, Power, and Cost (SWaP-C) multi-domain communications and data relay systems for integration into Group 2 and Group 3 small uncrewed aircraft systems (sUAS). The objective of this Request for Information (RFI) is to gather insights on capabilities that can facilitate dynamic communications and data relay in contested environments, with a focus on solutions that adhere to Modular Open System Approach (MOSA) standards. This initiative is crucial for enhancing operational effectiveness in complex scenarios, and the Air Force is particularly interested in responses from non-traditional performers. Interested vendors must submit their responses, which should include a product specification and technology synopsis, by May 25, 2025. For further inquiries, contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Timothy Huddleston at timothy.a.huddleston2.civ@mail.smil.mil.
Intelligence Systems & Capabilities “for” Space Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights on intelligence systems and capabilities for Space Operations Command (SpOC). This RFI aims to explore hardware and software solutions for intelligence planning, collection, processing, analysis, and dissemination, with a focus on agile project teams that collaborate with various mission partners to enhance operational intelligence capabilities. The initiative is crucial for ensuring timely delivery of intelligence capabilities across the Intelligence Community and Department of Defense. Interested parties are encouraged to submit their responses via email to the designated contacts, Patrick Clark and Nick Madrid, by July 15, 2025, at 12:00 PM Mountain Time, noting that all submissions will become government property and no costs will be reimbursed.
Request for Information (RFI), C2 Core Computer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) regarding potential sources for a Tactical Air Control Party (TACP) C2 Core Computer. This system is required to facilitate mission planning, integrate joint and coalition air power, and ensure effective communication in tactical environments, with capabilities to operate on multiple networks and manage simultaneous video feeds and mapping software. The procurement is critical for supporting ground force operations and conducting terminal attack control of strike aircraft during joint Close Air Support and Air Interdiction missions. Interested parties should respond with their capabilities and product specifications, adhering to the outlined requirements, and may contact Edwin Hernandez Mendez or Michael Dunford for further information. This RFI is for market research purposes only and does not constitute a formal solicitation.
M Series Operational Flight Program (OFP) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operational flight program (OFP) support for the F-16 Modular Mission Computer (MMC) as part of a five-year contract initiative. The procurement aims to identify sources capable of delivering and integrating software development, maintenance, and support for various components including the Board Support Package (BSP), Built In Test (BIT), middleware, and firmware necessary for the M Series OFP updates. This capability is critical for enhancing situational awareness and tactical response in combat environments, ensuring that the F-16 aircraft remain effective against evolving threats. Interested parties must submit their qualifications and relevant experience to Kali Miller at kali.miller@us.af.mil and Marcella Iverson at marcella.iverson@us.af.mil within 30 calendar days of this notice, as the government does not intend to award a contract based on this request for information.
Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
Buyer not available
The Department of Defense, through the United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO), is seeking information from vendors capable of providing supplies and services to develop, integrate, and operate infrastructure for space testing ranges. The RFI focuses on gathering vendor contact information and capabilities related to infrastructure design, facilities development, network infrastructure, integration, and IT infrastructure services, specifically for classified environments. This initiative is crucial for enhancing the operational capabilities of the USSF while adhering to stringent security standards. Interested parties must submit their responses, including company information and a statement of capability, via email to the designated contacts by 5:00 PM MST on April 30, 2025, with a minimum facility clearance of TOP SECRET required at the time of submission.
AIR FORCE CRYPTOLOGIC OFFICE COMMERCIAL SOLUTIONS OPENING
Buyer not available
The Department of Defense, through the Air Force Cryptologic Office (AFCO), is seeking innovative commercial solutions to enhance capabilities in Electromagnetic Warfare (EW), Information Operations (IO), and digital communications via a Commercial Solutions Opening (CSO) under notice FA7037-21-S-C001. The objective is to leverage mature technologies for field demonstrations within a year, with a focus on open architecture approaches and technological maturity. This initiative is crucial for advancing national defense capabilities through public-private partnerships in technology development, with funding anticipated to range from $50,000 to $50 million. Interested parties should contact Carissa Heuertz at carissa.heuertz@us.af.mil or Dr. Lisa Anderson at lisa.anderson.4@us.af.mil for further details on proposal submissions and requirements.
FA8307_RFI_Red_Hat_Openshift_Alternatives
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding alternatives to the Red Hat OpenShift Platform Plus, which is currently utilized for application development and deployment. The government requires solutions that can operate across unclassified impact levels, support C++ software pipelines, and incorporate a DevSecOps approach to enhance security within development workflows. This initiative is crucial for maintaining productivity and compliance in software development processes. Interested vendors must submit their responses using the provided RFI template to the designated contacts, Geoffrey Bender and Elijah Simmons, by the specified deadline, noting that no contract awards will be made as a result of this RFI.
Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Department of the Air Force, is issuing a Request for Information (RFI) regarding Military Satellite Communication (MILSATCOM) systems aimed at supporting a Partner Nation in the European Command area. This RFI seeks industry estimates on the design and costs for a comprehensive MILSATCOM solution, which includes satellites, mission control centers, and user terminals, with an emphasis on high data throughput, resilience to threats, and integration with European secure connectivity initiatives. The initiative is crucial for enhancing military communications capabilities alongside allied nations, ensuring robust and secure communication against potential jamming threats. Interested vendors must submit detailed capabilities, costs, and schedules by May 1, 2025, and can direct inquiries to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil.
Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Airborne Warning and Control System (AWACS) E-3 System Labs infrastructure support and aircraft maintenance through a Request for Information (RFI). The objective is to identify capabilities for maintaining and operating the current AWACS E-3 System Labs, as well as supporting ongoing and future integration efforts for the E-3 platform, which plays a critical role in both domestic defense and international collaborations with allies such as France and NATO. Interested parties are required to provide detailed information regarding their qualifications, including business classification and security clearance, and must submit their responses via email within 15 calendar days of the announcement. For further inquiries, respondents can contact Mr. Brett Clemens at brett.clemens.1@us.af.mil or Ms. Allison Eacrett at allison.eacrett@us.af.mil.