ICBM Development, Operations, and Sustainment (IDOS) Effort Sources Sought Synopsis
ID: FA8207-25-R-SSSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8207 AFNWC PZBCHILL AFB, UT, 84056-5837, USA

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of Defense, specifically the Air Force Nuclear Weapons Center (AFNWC), is seeking qualified contractors to provide comprehensive engineering and professional services for the Intercontinental Ballistic Missile (ICBM) Development, Operations, and Sustainment (IDOS) effort. This initiative aims to enhance systems engineering and integration services, focusing on the lifecycle management of ICBM weapon systems, which are critical to U.S. national security, while addressing modernization, evolving mission requirements, and cost discipline. Interested parties are invited to submit capability statements detailing their experience and potential teaming arrangements, as the government conducts market research to inform future contract actions. Responses must be submitted via email by February 8, 2025, at 5:00 PM MST, and inquiries can be directed to Blake Davis at blake.davis.1@us.af.mil or by phone at 801-529-3374.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Nuclear Weapons Center (AFNWC) requires comprehensive engineering and professional services to support the lifecycle management of Intercontinental Ballistic Missile (ICBM) Weapon Systems, which are essential to U.S. national security. The ICBM Development, Operations, and Sustainment (IDOS) effort aims to enhance systems engineering and integration services, addressing modernization of legacy systems, evolving mission requirements, cost discipline, and complex integration challenges. The anticipated services will include systems engineering, risk management, program support, and cybersecurity compliance. The scope also encompasses support for sustainment, design and development of new systems like the Sentinel, modeling and simulation, stakeholder collaboration, regulatory compliance, infrastructure management, finance, security, nuclear surety measures, administrative efficiency, and workforce training. These efforts are critical to ensure the operational readiness and reliability of ICBM systems amidst evolving global threats, aligning with budget constraints while optimizing resources for mission-critical objectives.
    The United States Air Force has issued a Sources Sought Synopsis (SSS) to conduct market research and identify potential contractors for a future Government support contract at the Air Force Nuclear Weapons Center. This notice indicates no active solicitation or funding is currently available, and it does not imply any commitments for contract awards. Interested parties are invited to respond with detailed capability statements, including potential teaming arrangements, and experiences offering similar services. The SSS outlines requirements for interested contractors, including submission of company details, contract structure suggestions, and feedback on how to effectively convey requirements. The Government seeks contractors capable of providing Systems Engineering and Integration (SE&I) support for Intercontinental Ballistic Missile (ICBM) Weapon Systems, emphasizing the need for objectivity to avoid conflicts of interest. Potential restrictions on contract awardees regarding future work on ICBM systems are also highlighted. Responses must be submitted via email, and while information gathered will inform future actions, it will not obligate any contractual agreements. The SSS serves as a preliminary step in assessing market capabilities in alignment with the Air Force's strategic needs.
    The document addresses inquiries from industry regarding the IDOS (Integrated Development of Software) effort and its relationship to previous solicitations, particularly the FA821413C0001 contract and the now-canceled ISC 2.0 solicitation. It clarifies that FA821413C0001 is considered the 'incumbent' or 'predecessor' to IDOS, which emphasizes its continuity in the scope of contracting. However, IDOS is not simply a revival of ISC 2.0; instead, it represents a separate initiative focused on gathering requirements and devising an acquisition strategy and contracts independent of ISC 2.0. This distinction is significant as it suggests a fresh approach and methodology to the contracting process within the federal government’s acquisitions. The document serves to provide clarity to industry stakeholders about the IDOS project’s objectives and its differentiation from prior efforts, crucial for understanding the current landscape of federal procurement procedures related to software development initiatives.
    The document addresses a query regarding the response deadline for a Request for Information (RFI) published on SAM.gov. A confirmation was sought concerning the due date, which was noted as Saturday, February 8, 2025, at 5:00 PM MST, given there was no specified date in the associated SSS file. The government has affirmed that this deadline is accurate. This correspondence is crucial as it clarifies the timeline for industry stakeholders responding to the RFI, ensuring they have the correct information to prepare their submissions. Clear communication of deadlines is essential in the context of government Requests for Proposals (RFPs) and grants, as it directly impacts the participation and planning of potential vendors and organizations.
    Similar Opportunities
    Minuteman III ICBM, Amplifier, Electronic
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of electronic amplifiers for the Minuteman III Intercontinental Ballistic Missile (ICBM) program. The contract includes the supply of 13 units of an electronic amplifier assembly, which is critical for the directional control circuitry and servomotors of the missile's hoist and traverse functions, with a delivery deadline set for May 6, 2027. This procurement is vital for maintaining the operational readiness and reliability of the ICBM system, underscoring the importance of these components in national defense. Interested small businesses are encouraged to respond to this presolicitation, with written responses required by the anticipated award date of February 12, 2026; for further inquiries, contact Justin Raleigh at justin.raleigh.1@us.af.mil or Benjamin Eddy at benjamin.eddy@us.af.mil.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.
    BLU-140/B IDIQ
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is conducting market research to identify potential contractors for the production of the BLU-140/B 500lb advanced warhead (empty case), polymer nose plugs, and MHU-149/E or MHU-122/E bomb pallets. The objective is to gather information on industry capabilities and preferences regarding Indefinite Delivery Indefinite Quantity (IDIQ) procurement lengths, particularly focusing on small business participation. The BLU-140/B warhead is a critical conventional penetrating weapon designed to effectively target hard and deeply buried structures. Interested parties are encouraged to submit capabilities statements by February 2, 2026, and may request Technical Data Packages (TDPs) by contacting Ryan Mitchell or Nick Padgett via email. No costs will be reimbursed for submissions, and this notice does not constitute a commitment for procurement.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    FY26 FIRE CONTROL STRATEGIC SYSTEMS PROGRAMS (SSP) ADVANCED SYSTEM DEVELOPMENT AND PRODUCTION
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting market research for the FY26 Fire Control Strategic Systems Programs (SSP) Advanced System Development and Production. This opportunity seeks firms capable of providing specialized tactical engineering, logistics, and alteration services for the Strategic Weapon System (SWS) and Fire Control Sub-System (FCS), including development, production, maintenance, and modernization efforts. The contract will focus on the advanced development and production phases of fire control systems for U.S. and U.K. strategic submarines, ensuring the continued advancement and security of these critical systems. Interested firms must submit White Paper capability statements by January 11, 2026, demonstrating relevant experience and qualifications, with a projected contract period from September 2026 to September 2028. For further inquiries, contact Angela C. Frye at angela.frye@ssp.navy.mil or Laura Nesbitt at laura.nesbitt@ssp.navy.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.