Agile Refactoring & Sustainment of Legacy Applications to Salesforce Public Sector Solutions (PSS)
ID: FA7014Agile-Refactoring-SustainmentType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AFDW PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Computer Systems Design Services (541512)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors for the Agile Refactoring and Sustainment of Legacy Applications to Salesforce Public Sector Solutions (PSS). The primary objective is to modernize and refactor existing applications, predominantly built using Salesforce Lightning Web Components, into the Salesforce PSS licensing model, while also considering the sustainment of applications developed in OutSystems and Angular where necessary. This initiative is crucial for enhancing the Air Force's HR portfolio by ensuring applications are secure, user-centered, and aligned with current licensing and data models. Interested vendors should submit a capability statement by November 26, 2025, addressing specific qualifications and questions outlined in the request for information, with primary contact Ashley Raymond available at ashley.raymond.2@us.af.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, titled "AF Human Resources Management (HRM) Capability Dependencies (CV-4)," outlines the intricate relationships and dependencies among various Human Resources Management functions within the Air Force. Authored by Kate G. Loving, a System Architect, the file details how different HRM lifecycles—Acquire, Define the Force, Develop, Utilize, Sustain, Compensate, and Transition Airmen—interact with overarching capabilities like IT Support, Customer Service Management, Acquisitions, Surveys, Reporting, IT Infrastructure, Administration, Financial/Costs/Execution, Personnel Records Management, and Compliance. Key areas such as Pay, Medical Evaluations, Manpower, Assignments, Duty Status, Performance Management, and Benefits & Entitlements are shown to be interconnected, affecting and being affected by other HRM processes like retention, separations, promotions, training, and readiness. The document emphasizes that these capabilities are interdependent, with many supporting all HRM lifecycles, highlighting the holistic nature of Air Force HRM.
    This document, "Attachment A – Vendor Self-Screen Worksheet," is a critical component of a government Request for Proposal (RFP), designed to evaluate potential vendors for Salesforce-related services. It outlines essential requirements in three key areas: Corporate Experience, Key Personnel, and Proof Artifacts. Vendors must demonstrate experience in Salesforce LWC/Aura to PSS/Industries refactors, agile cross-functional team management, RMF/ATO sustainment, DFARS 252.204-7012 reporting, and Section 508 compliance. Additionally, they need to provide evidence of their Salesforce partner tier or equivalent. The worksheet also requires vendors to identify key personnel for roles such as Program Manager, Salesforce Architect, PSS SME, Platform Developer II, OmniStudio Developer/Consultant, Data/Integration Architect, QA/Accessibility Lead, and DevSecOps/Release Engineer, specifying their credentials and status. Finally, vendors must attach proof artifacts like CI/CD configurations, automated test results, 508 scan outputs, SBOMs, and release logs. This comprehensive screening ensures that only qualified vendors with relevant experience and personnel are considered for the contract.
    The document "Attachment B — Notional Contract Approaches (For Comment)" outlines three distinct contract approaches for government procurements, likely within the context of RFPs for services or projects. These approaches offer flexibility in pricing and team structure. The first approach, Firm-Fixed-Price (FFP) Per Iteration, focuses on a set price for each completed and accepted work iteration, with clear checks for progress and acceptance. The second, FFP Team-Capacity, involves a monthly fixed price based on the size of an Agile team, with acceptance tied to accepted stories and sprint-level quality gates, and includes options for scaling the team up or down. The third approach, Hybrid, combines FFP capacity for the main work with limited Time and Materials (T&M) for specific expert tasks, incorporating clear controls to manage these specialized engagements. These notional approaches provide different frameworks for government agencies to structure contracts based on project needs and risk tolerance.
    Attachment C outlines sprint-level quality benchmarks for government contracts, akin to a Quality Assurance Surveillance Plan (QASP). It details key performance indicators across several domains: approximately 90% automated test coverage (unit + integration) with all tests integrated into the pipeline; zero style/lint errors or warnings at the time of merge; no critical automated 508 accessibility errors and manual checks for UI changes; absence of high/critical SAST/DAST security findings and updated SBOM delivery; one-command build deployability with documented rollback procedures and successful deployment to staging/production; and updated SVD/release notes each sprint with traceability to stories and acceptance criteria. This document sets clear, measurable quality expectations for software development sprints within government projects.
    Similar Opportunities
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Buyer not available
    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.
    A3 Salesforce Licenses Fair Opportunity Exception
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Salesforce licenses through a Fair Opportunity Exception. This procurement aims to fulfill specific IT and telecom needs related to business application development software as a service, which is critical for enhancing operational efficiency within the department. The opportunity is based in Washington, DC, and is part of a broader initiative to streamline software solutions for military operations. Interested vendors can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the justification and requirements outlined in the attached Fair Opportunity Exception document.
    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.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Buyer not available
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.
    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.
    16th Air Force Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the 16th Air Force, is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) for a WAPS (Weighted Airman Promotion System) Scheduling Tool. This initiative aims to replace the current Excel-based scheduling process with a modern, power platform-based solution that will enhance test scheduling, manage exceptions, streamline communication, and comply with GCC High environmental standards. The selected solution is critical for improving the efficiency of the 707 FSS/FSD Air Force Education Center testing department. Interested parties must submit Quad Charts and White Papers by September 8, 2025, as part of a two-step proposal process, with awards contingent on funding availability and a performance period of 1-5 years. For further inquiries, contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil.
    Aerospace Readiness Enterprise System (ARES)
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Kessel Run Flight Operations Program Management Office, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES) prototype. This initiative aims to develop a next-generation, cloud-based solution to unify aircrew scheduling, standardization and evaluation (stan/eval), and training management, replacing outdated systems such as Patriot Excalibur (PEX) and Puckboard. The ARES system is critical for enhancing operational readiness and efficiency across various Air Force commands and will support over 149,000 users, with initial deployment planned at Impact Level 4 (IL-4) and a pathway to IL-6. Interested parties should submit their proposals within 90 days of contract award, with a total funding amount of $500,000 allocated for the prototype development. For further inquiries, contact Lauren Cheslofska at lauren.cheslofska@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white paper submissions for the Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial products and services that provide an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, with a focus on secure collaborative platforms and Impact Level 5 (IL5) accreditation. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and secure IT tools, with individual contracts expected to range from $500,000 to $4,000,000 and performance periods between 1 to 5 years. Interested vendors should submit their white papers by following the detailed instructions provided, and can contact Mason R Worsham or Gage E Egierski for further information. The CSO is open for submissions until November 2026.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    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.