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
    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.
    C-5 System Integration Lab Maintenance Request For Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from contractors capable of maintaining the C-5M Systems Integration Laboratory as part of a Request for Information (RFI). The primary objective is to identify qualified vendors, particularly small businesses, that can provide maintenance and configuration support for modified C-5 aircraft, which requires a SECRET security clearance and a commitment to operational availability of 80 hours per month. This maintenance is crucial for ensuring the operational readiness and effectiveness of the C-5M fleet. Interested contractors must submit their capabilities documentation by March 7, 2025, to be considered for future solicitations, and should direct inquiries to Caroline Thrower at caroline.thrower@us.af.mil.
    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.
    REMOTE TARGET ENGAGEMENT SYSTEM AND ELECTRONIC SECURITY SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for the procurement, integration, and installation of Remote Target Engagement Systems (RTES) and Electronic Security Systems (ESS) through a Request for Information (RFI). The objective is to develop integrated systems that will protect Protection Level 1 Nuclear (PL 1N) resources by deterring, detecting, and neutralizing potential threats, with an initial focus on one Air Force Base project and the possibility of further installations at additional bases. Interested parties must submit their firm’s details to access a bidders' library and respond to the RFI by February 28, 2025; responses are not binding offers, and all proprietary information must be clearly marked. For further inquiries, interested vendors can contact Christopher Bothwell at christopher.bothwell.1@us.af.mil.
    Market Research Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Market Research Request for Information (RFI) to gather insights and capabilities from potential vendors. This Sources Sought notice aims to identify interested parties that can provide relevant information regarding their products or services that align with the needs of the Air Force Life Cycle Management Center (AFLCMC) at Hanscom Air Force Base in Massachusetts. The information collected will assist in shaping future procurement strategies and requirements for the Air Force. Interested vendors are encouraged to reach out to primary contact Dannie Wu at dannie.wu@us.af.mil or secondary contact Levi Cooper P at levi.cooper.3@us.af.mil for further details.
    Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
    Buyer not available
    The United States Space Force (USSF) is seeking vendor information through a Request for Information (RFI) for the Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) to develop and operate infrastructure supporting OTTI ranges. The RFI aims to identify potential contractors capable of providing services related to infrastructure design, facilities development, network infrastructure, and IT services, with a focus on classified projects. This initiative is crucial for enhancing the operational capabilities of the USSF, ensuring that the necessary infrastructure is in place for effective testing and training operations. Interested vendors must submit their company and security information, including a minimum facility clearance of TOP SECRET, by February 21, 2025, to the designated points of contact, Ashley Irizarry and Brittany Butler, via email. Late submissions may not be considered, and this RFI is solely for information collection, not a solicitation for proposals.
    Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) Software Follow-On Sources Sought/Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors regarding the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) software follow-on contract. This Sources Sought/Request for Information (RFI) aims to gather insights for future contracts that will support engineering services related to LADO software, which is critical for satellite systems, including functionalities such as Telemetry, Tracking, and Commanding (TT&C), Mission Planning, and LADO Simulation. The selected contractor will be responsible for software and hardware maintenance, upgrades, cybersecurity assurance, and extensive testing and documentation to ensure operational readiness and compliance with military standards. Interested parties must submit their responses, including a company profile and capability statement, by March 7, 2025, and can direct inquiries to Christa Phillips at christa.phillips.1@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
    Radio Systems Upgrade (RSU) International Airborne Advanced Warning and Control Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for a Radio System Upgrade (RSU) for the International Airborne Advanced Warning and Control System (AWACS) based at Hanscom AFB, MA. The objective is to identify potential contractors capable of integrating new radio systems, including HF solutions and ARC-210 radios, while ensuring compliance with Tactical Secure Voice Cryptographic Interoperability Specification (TSVCIS). This upgrade is critical for enhancing the operational capabilities of the AWACS, which plays a vital role in airborne surveillance and command and control operations. Interested parties must submit their qualifications, including analogous experience and business size, within 15 calendar days of the notice's publication, and should direct inquiries to Celina Campbell at celina.campbell@us.af.mil or John Ballou at john.ballou@us.af.mil. The performance period for the project is projected from September 2026 to September 2030, and firms must be registered in the System for Award Management (SAM) to be eligible.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors through a Request for Information (RFI) for Small Unmanned Aircraft Systems (sUAS) intended for ground and maritime search and rescue operations. The primary objective is to enhance the Intelligence, Surveillance, and Reconnaissance (ISR) capabilities of Air Force Guardian Angel units, which currently face challenges in locating isolated personnel in contested environments. The sUAS must meet key performance parameters, including autonomous navigation, payload integration, extended flight duration, and robust environmental resilience, while also being capable of detecting isolated personnel from significant distances using advanced sensor technologies. Interested vendors are encouraged to submit detailed responses by February 28, 2025, showcasing their technology and capabilities, with inquiries directed to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Lt. Ethan Sheptow at ethan.sheptow.2@us.af.mil.