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
    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
    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.
    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.
    Similar Opportunities
    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.
    Space Command and Control (C2) Project 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) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    Request for Information - Data at Rest
    Buyer not available
    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.
    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.
    67 CW IW Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking professional services for the "67 CW IW Training" project at Joint Base San Antonio-Lackland in Texas. The objective of this procurement is to conduct an education and design study that will determine the future organizational schema for the 67th Cyberspace Wing (CW) and inform the development of courses of action for the 16th Air Force, aligning with the goals set during the Senior Leader Summit to enhance Information Warfare (IW) capabilities. This initiative is crucial for maturing IW strategies and ensuring effective results delivery. Interested parties can reach out to Cathy Summers at cathy.summers@us.af.mil or call 405-734-5410 for further details regarding this opportunity.
    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.
    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.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.