Mission Planning Software Offutt AFB, Nebraska
ID: FA460025Q0037Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking to procure mission planning software and related services for four E-4B USAF aircraft based at Offutt AFB, Nebraska. The contract will be awarded solely to Boeing Digital Solutions, Inc., which possesses proprietary software and the necessary crew dispatch capabilities as outlined in the Statement of Work (SOW). This procurement is critical for ensuring 24/7 mission planning and execution support, including accurate flight routing, threat avoidance, and emergency response for high-priority operations. Interested offerors must submit their proposals by April 24, 2025, and should direct any inquiries to Mr. Tyler Imhoff or Mr. Daniel Kuchar via their provided email addresses.

Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
The document outlines the Statement of Work for the 1ACCS Mission Planning System, dedicated to supporting critical U.S. missions, including Presidential Support and Global Command and Control. The system is tasked with ensuring seamless mission planning and execution for four E-4B aircraft, featuring 24/7 crew dispatch support. Key requirements include certified dispatchers knowledgeable about operational protocols, flight planning, and emergency procedures, along with robust responsiveness to mission changes. The system must leverage a web-based mission planning engine capable of comprehensive aircraft modeling, military airspace incorporation, and in-flight air refueling planning. It requires a mobile Electronic Flight Bag (EFB) with enhanced features and a thorough runway analysis program that complies with FAA regulations, providing specific performance calculations for various global airports. Additionally, the vendor is expected to facilitate annual meetings with the customer to discuss flight planning formats and coordination issues. This document serves as a Request for Proposal (RFP), emphasizing the federal government's need for reliable mission support systems that ensure the efficiency and safety of high-priority operations.
The solicitation FA460025Q0037 seeks to procure mission planning software and related services for four E-4B USAF aircraft based at Offutt AFB, Nebraska. The government intends to award the contract solely to Boeing Digital Solutions, Inc., as they possess proprietary software and required crew dispatch capabilities outlined in the Statement of Work (SOW). The contractor will provide a 24/7 dispatch functionality that supports global mission planning, ensuring accurate flight routing, threat avoidance, and emergency actions. Interested offerors must respond by April 24, 2025, and be registered in the System for Award Management (SAM). Proposals will be evaluated based on price, technical capabilities, and past performance, with the lowest-priced technically acceptable offer receiving the contract. The document includes specific guidance on submission requirements, evaluation criteria, and necessary clauses for compliance. By following this structured approach, the government aims to secure competent services for its critical mission planning operations while adhering to all relevant regulatory frameworks.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
E-4B National and Nuclear Communication Support (N2CS) Services
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking industry feedback and capability statements for the E-4B National and Nuclear Communication Support (N2CS) Services. This opportunity involves a potential Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a ten-year ordering period, aimed at providing specialized services that require access to the Message Processing System technical data, specifically the Multi-Channel Communication Interface (MCCI) Card. The government is conducting market research to identify responsible sources capable of fulfilling these requirements, with the possibility of negotiating with only one source if justified. Interested parties should submit their capability statements and any questions to Amanda Jones at amanda.jones.39@us.af.mil by the specified deadlines, noting that the government reserves the right to cancel the requirement at any time and that funds are currently not available for this contract.
TruePlanning Software Package
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the procurement of the TruePlanning Software Package, which includes various Unison Engineering products essential for enhancing cost estimation capabilities. The contract, valued at approximately $356,149.82, will cover a Base Year from July 1, 2025, to June 30, 2026, with two additional Option Years extending through June 30, 2028. This software is critical for producing credible lifecycle estimates and conducting "should cost" analyses to ensure fair pricing for aviation purchases. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to the primary contact, Donald Hinkson, at donald.hinkson@dla.mil or by phone at 445-737-3994.
Synopsis of Sole Source Modification for New Work under FA810120D0001 Safety of Navigation IDIQ.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to modify an existing sole source contract with Boeing Digital Solutions, Inc. for the Safety of Navigation (SoN) program under the IDIQ FA810120D0001. This modification aims to extend the ordering periods by adding a one-year optional ordering period and a six-month optional ordering period to accommodate the increased demand for digital access to a Federal Aviation Administration (FAA) certified aeronautical database and associated services, which are critical for ensuring the safety of flight for the U.S. Air Force and other government agencies. Interested parties may submit capability statements or proposals for consideration, and the anticipated award date for the modification is August 20, 2025. For further inquiries, contact Rachael Thomas at rachael.thomas.3@us.af.mil or Rebbecca Drydol-Brandon at rebbecca.drydol-brandon@us.af.mil.
REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
Strategi Software License
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure a firm fixed-price contract for Strategi software licenses from Wynne Systems, Inc. This procurement is essential for maintaining the ALMSS (Airborne Logistics Management Support System), which has been operational for over 20 years and is critical for global logistics sustainment of the U-2 aircraft and Distributed Common Ground Systems. The software licenses are necessary for the continued communication between the ALMSS web-based front end and the database servers, ensuring that mission support operations are not jeopardized. Interested vendors must be registered in the SAM.GOV database to be eligible for award consideration, and the period of performance for the licenses is set from November 1, 2024, to October 31, 2025. For further inquiries, interested parties can contact Wendell Perkins at wendell.perkins.1@us.af.mil or Syemeiko Johnston at syemeiko.johnston.1@us.af.mil.
9 MXS CAD/CAM Software
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for a CAD/CAM Perpetual Software License for the 9th Maintenance Squadron at Beale Air Force Base, California. The procurement aims to enhance manufacturing capabilities for critical aircraft components by providing a comprehensive software solution that meets specific requirements, including advanced machining strategies, multi-axis capabilities, and robust simulation features. This software is essential for supporting the squadron's intelligence, surveillance, and reconnaissance missions, ensuring compliance with Air Force regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Contracting Officer Cali McVay at cali.mcvay.1@us.af.mil or Contract Specialist SSgt Brandon Washington at brandon.washington.8@us.af.mil.
Battlefield Airborne Communications Node (BACN) E-11A Platform Maintenance
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is seeking information from vendors regarding the maintenance of the Battlefield Airborne Communications Node (BACN) E-11A aircraft fleet. The procurement aims to establish Contractor Logistics Support (CLS) for the existing fleet of eight aircraft, with potential expansion to nine, focusing on maintenance services both within the Continental United States (CONUS) and outside (OCONUS). The BACN plays a critical role in enhancing military communication capabilities, addressing challenges such as line-of-sight limitations and interoperability among various forces. Interested parties must submit their responses, including company profiles and relevant experience, by May 13, 2025, to the designated contacts, Nick Matthews and Capt Charles Catungal, via their provided email addresses.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within its supply chain operations. The software must provide comprehensive data on organizations, including financial health assessments, operational risks, and corporate hierarchies, ensuring informed decision-making in compliance with federal regulations. Proposals are due by 3:00 PM EST on April 28, 2025, and must be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew, at their respective email addresses. The anticipated award date for this contract is May 5, 2025.