Kessel Run PRIME RFI
ID: FA8730_PRIME_KRType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8730 KESSEL RUN AFLCMC/HBBKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR) (DH01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Kessel Run office within the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for its Kessel Run PRIME Contract. This RFI aims to gather comprehensive insights on the requirements for developing, fielding, and operating mission-critical warfighting applications, emphasizing the need for a robust application platform and IT services that can adapt to evolving threats. The services sought are crucial for ensuring operational availability and mission capability of applications in highly contested environments, reflecting the Air Force's commitment to agile procurement strategies. Interested contractors must submit their responses by November 14, 2025, and can direct inquiries to Kevin Rivera at kevin.rivera_rosado.2@us.af.mil or Krystal LaMarca at krystal.lamarca@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines comprehensive requirements for the Air Force's ADCP (Advanced Development and Production Capability) program, focusing on End User Services, Infrastructure, and Application Platform. For End User Services, the requirements cover software procurement, IT service management, Tier 1 support, hardware provision, and extensive documentation. The Infrastructure section details needs for virtualized storage and compute, local storage, hybrid networking, cybersecurity, and developer services, emphasizing resilience, security, and cost optimization. The Application Platform requirements focus on customer enablement, integrations, development and sustainment, resiliency, releasability support, staffing, and CI/CD and developer tools, ensuring robust, secure, and efficient application delivery. The overall purpose is to establish a secure, efficient, and highly available IT environment supporting the Air Force's operational and development needs, with a strong emphasis on automation, security, and adherence to government standards like DoD STIG, NIST 800-53, and RMF.
    This government Request for Information (RFI) seeks comprehensive details from potential contractors regarding their capabilities across various IT domains. It covers general company information, including CAGE Code, facility clearance, business size (NAICS 541511/541512), and socio-economic status. The RFI also probes into past government contract experience (GWACs/MACs), DCAA audit status, and Cost Accounting Standards (CAS) experience. A significant portion details "Scope of Capability" across "Application Platform," "Infrastructure," and "End User Services," encompassing areas like CI/CD, Dev Tools, Resiliency, Virtualized Storage, Hybrid Networking, Cyber Security, and IT Service Management. Respondents are encouraged to focus on core competencies, provide comparable contract examples from the last three years, and identify requirements needing clarity or presenting potential conflicts, overlaps, gaps, or risks.
    AFLCMC/C3C Kessel Run (KR) has issued an amended Request for Information (RFI) for its Kessel Run Platform, Resources, Infrastructure, Management, Engineering (PRIME) Contract. This RFI seeks to gather industry feedback on requirements for platform services, despite an unknown exact scope due to changing AOC software direction. KR aims to award outcome-based contracts for specific platform aspects, not an overarching integrator contract. The RFI emphasizes validating the completeness and clarity of requirements for a robust application platform and IT services, focusing feedback on the requirements themselves rather than implementation details. Respondents are asked to provide general company information, answer specific questions about government contracts, DCAA audits, and CAS experience, and assess requirement blocks across scope, clarity, and areas of concern. The RFI includes attachments with full requirements and a response template, with submissions due by November 14, 2025.
    AFLCMC C3C, Kessel Run (KR), is issuing a Request for Information (RFI) to gather industry feedback on requirements for developing, fielding, and operating mission-critical warfighting applications for the U.S. Air Force. The RFI aims to refine and validate requirements for a robust application platform and IT services, emphasizing an agile acquisition strategy to meet evolving threats. Responses should focus on the clarity and completeness of the attached requirements, not on existing solutions or implementation details. Contractors are asked to provide company information, answer specific questions about government contracts, DCAA audits, and Cost Accounting Standards, and assess their capability, clarity, and concerns regarding each requirement block. The RFI specifically excludes solution proposals, pricing, binding commitments, demonstrations, or detailed staffing information. Responses, due by October 31, 2025, will be reviewed by government and contractor personnel and should be submitted via an attached Excel template, with proprietary information clearly identified. The requirement blocks are categorized into Application Platform, Infrastructure, and End User Services.
    This government file outlines a Request for Information (RFI) for services related to application platforms, infrastructure, and end-user support. The RFI seeks to gather information from potential contractors regarding their capabilities, business size, socio-economic status, existing government contracts, and accounting system adequacy. Key areas of inquiry include the contractor's ability to deliver on specific requirements within application platforms (e.g., integrations, CI/CD, resiliency, staffing), infrastructure (e.g., virtualized storage, networking, cybersecurity), and end-user services (e.g., hardware provisioning, software management, Tier 1 support). The document also asks for feedback on requirement clarity, potential conflicts, overlaps, gaps, or risks within the outlined scope of capabilities. Contractors are required to indicate their capability (Y/N) for each scope item, list comparable contracts, and provide specific feedback on requirements.
    Lifecycle
    Title
    Type
    Kessel Run PRIME RFI
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    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.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    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.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    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.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force through the Kessel Run office, is announcing a Special Notice for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update. This update outlines key acquisition milestones, including the release of the Final Solution Solicitation on December 15, 2025, and the anticipated receipt of solutions by January 9, 2026, with a Prototype Other Transaction (OT) Award expected by February 25, 2026, and a Production OT Award by August 10, 2026. The ARES initiative is crucial for enhancing aerospace readiness and operational capabilities, and the government aims to expedite the schedule where feasible. Interested parties should direct any inquiries regarding this update to the Agreements Officer after the Final Solution Solicitation is released, and can contact Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further information.
    Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.
    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.