AEF Augmentation
ID: FA703725R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7037 AMIC DET 2SAN ANTONIO, TX, 78243-7091, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AEF Augmentation contract, aimed at providing technical support and oversight for A3 Readiness Analysis. The contractor will be responsible for delivering personnel and services in accordance with the Performance Work Statement (PWS), which includes assessing operational readiness and collaborating with military entities. This contract, valued at $16,500,000, is set aside for 8(a) small businesses and spans a base year with options for four additional years, emphasizing the importance of readiness in cyber operations. Interested parties should direct inquiries to Andrew Erickson at andrew.erickson.4@us.af.mil or Gregory Love at gregory.love.2@us.af.mil, with proposals due by April 7, 2025.

Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The document encountered is an inaccessible digital file, potentially related to federal or state Requests for Proposals (RFPs) or grants. It appears to be a technical notice indicating that the content cannot be displayed due to compatibility issues, and offers guidance on obtaining necessary software updates. Consequently, specific information regarding the programs, funding opportunities, or proposals intended to be analyzed is not available. Nonetheless, such documents typically aim to provide potential applicants with essential criteria, guidelines, and timelines pertinent to government funding opportunities or project solicitations. When accessible, they outline the scope of work needed, eligibility requirements, and evaluation criteria for submissions, which are pivotal for organizations seeking government support.
Feb 6, 2025, 3:07 PM UTC
The Performance Work Statement (PWS) outlines requirements for a contract aimed at conducting A3 Readiness Analysis for the Air Force Cyber (AFCYBER) Operations Directorate, effective from March 1, 2025. The contract is designed as a non-personal service agreement, with the contractor managing its workforce independently. Key tasks include analyzing operational readiness, monitoring subordinate units, developing recommendations for the alignment of Mission Essential Tasks (METs) and Designed Operational Capability (DOC) statements, and ensuring compliance with Air Force standards. The contract spans one base year, plus four optional renewal years. Specific obligations include collaboration with military staff, preparation for briefings, and regular documentation of findings and enhancements to readiness reporting, including monthly status reports. The contractor is also responsible for participating in meetings and addressing gaps in readiness while ensuring all employees comply with strict security and conduct guidelines. Overall, this document serves as a structured framework for performance expectations, deliverables, and assessments that will guide the contractor in supporting AFCYBER’s mission to maintain tactical and operational readiness within U.S. Cyber Command.
Mar 27, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to support the Air Force Cyber Operations Directorate (AFCYBER/A3) with readiness analysis. The contractor will play a vital role in assessing operational readiness, monitoring subordinate units, and providing actionable recommendations to fulfill Air Force and U.S. Cyber Command (USCYBERCOM) operational needs. The services include collaboration with various military entities, documentation management, and compliance with security protocols. Contract performance spans one base year with four optional renewal years, emphasizing collaboration, battle rhythm preparation, and comprehensive analysis of readiness data. The contractor must maintain effective communication, assist in developing readiness directives, and attend required meetings. Strict adherence to security requirements is mandated, necessitating Top Secret clearances for personnel. Deliverables include briefing materials, trip reports, and monthly status reports, all essential for tracking progress and compliance. The document’s comprehensive structure ensures clear guidance on expected performance standards and accountability measures. This PWS illustrates the commitment to maintaining mission-ready forces within the framework of government contracts and reinforces the importance of readiness in cyber operations.
Mar 27, 2025, 7:05 PM UTC
The document outlines the "Past Performance Information Sheet," a form required for contractors submitting proposals for government contracts. It consists of three main parts: 1. **Past Performance Identification**: Contractors must provide details such as names, contract numbers, customer information, period of performance, work sample value, and whether the work was performed as a prime contractor. It also asks about the availability of a Contractor Performance Assessment Reporting (CPAR). 2. **Past Performance Information/Points of Contact**: This section requires the contact details of the Contracting Officer and a Contracting Officer's Representative or relevant customer point of contact to ensure validation of the reported performance. 3. **Past Performance Narrative**: Contractors are advised to give a concise description of the work sample, share how they resolved any performance issues encountered, and discuss risk management efforts. This narrative should not exceed two pages. The purpose of this form is to collect and assess prior contract performance data, essential for evaluating contractor capabilities in future proposals. This helps ensure the government selects reliable contractors for various projects while promoting transparency and accountability.
Mar 27, 2025, 7:05 PM UTC
The document FA7037-25-R-0002 is a readiness analysis release that addresses various inquiries regarding a federal Request for Proposal (RFP) aimed at securing contractors for specific labor categories, particularly in cybersecurity and intelligence. The responses clarify scoring methodologies for Full-Time Equivalents (FTEs) and work samples, confirming that points are awarded strictly per stated criteria without allowing flexibility for additional labor categories. The incumbent contractor for the ongoing requirement is identified, and no specific number of FTEs will be dictated by the government; however, historical data indicates 1-2 FTEs per Labor Category. Key points also cover required qualifications, experience, and certifications primarily concerning the JCC2-R, DRRS, and DCAPES systems. Offerors are instructed on submission formats for past performance experience, past performance documentation acceptance for prime versus subcontractor work, and evaluation methodologies which emphasize past performance over price. The RFP is a competitive set aside for 8(a) small business firms, seeking to maintain standards while ensuring compliance with federal procurement practices. The document provides detailed guidance intended to facilitate fair evaluation and contractor selection aligned with government contracting standards.
Mar 18, 2025, 8:07 PM UTC
The document outlines a federal government RFP related to the evaluation of proposals for "Intelligence Analyst" or "Cyber Analyst" positions, specifically referencing the A3 Readiness Analysis PWS dated October 22, 2024, under RFP FA7037-25-R-0002 - AEF Augmentation. It includes a self-scoring matrix designed for offerors to assess their submissions based on the number of full-time equivalents (FTEs) they can provide and relevant work samples that align with the required tasks. The maximum possible points available in this evaluation framework are 150, divided into two components (50 points and 100 points), with the offeror's response currently indicated as zero. This lack of response signifies either a failure to meet the requirements or non-submission. The purpose of this RFP is to solicit qualified contractors who possess the necessary expertise and previous experience in similar roles, highlighting the importance of demonstrating capability to fulfill the government’s analytical needs in national security contexts.
Mar 27, 2025, 7:05 PM UTC
The document is a section of a Request for Proposal (RFP) concerning the AEF Augmentation project, categorized under federal government requirements. It outlines a self-scoring matrix to evaluate offerors based on the number of Full-Time Equivalents (FTEs) employed in "Intelligence Analyst" or "Cyber Analyst" roles. The matrix allocates points up to a maximum of 150 for submissions that demonstrate relevant work samples, specifically contracts or task orders that align with the tasks identified in the A3 Readiness Analysis Performance Work Statement (PWS) dated March 1, 2025. The offerors are expected to provide detailed responses that reflect their experience and capability in the specified areas, although no points appear to have been awarded based on the example presented. This structured evaluation framework plays a vital role in selecting qualified contractors for government projects, ensuring that proposals meet rigorous standards for expertise and experience in intelligence and cyber analysis.
Mar 27, 2025, 7:05 PM UTC
The document outlines a solicitation for a contract titled "A3 Readiness Analysis," designated for a Women-Owned Small Business (WOSB) under the requisition number FA703725R0002. The contract, amounting to $16,500,000, includes non-personal services related to technical support and oversight for a duration of 12 months, with options for additional periods extending until March 2030. Key responsibilities of the contractor involve providing personnel, technical services, and compliance with the Performance Work Statement (PWS). The solicitation indicates the necessity for strong compliance with various federal acquisition regulations and stipulates the inspection and acceptance requirements for the services provided. A point of contact for inquiries is provided, emphasizing communication protocols. Overall, the document serves as a formal request for proposals to enhance readiness analysis under specific terms tailored for small business participation, thereby supporting economic growth within the sector and adherence to federal guidelines.
Mar 27, 2025, 7:05 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract relating to commercial products and services, specifically focusing on labor and travel services for an A3 Readiness Analysis over multiple periods. The total award amount is $16,500,000, and the offer is due by April 7, 2025. It specifies the inspection and acceptance locations, as well as contract administration procedures, including payment instructions through the Wide Area Workflow system. The contract includes multiple option line items, extending potential service periods from 2026 to 2030. Additionally, it incorporates relevant federal acquisition regulations, including emphasis on utilizing economically disadvantaged women-owned small businesses and complying with various labor standards and contract terms. The solicitation emphasizes the need for technical services as per the Performance Work Statement and outlines administrative details essential for bidders. This procurement process supports the government's goal of enhancing participation from diverse small businesses while ensuring proper oversight and compliance with applicable regulations.
Mar 27, 2025, 7:05 PM UTC
This document serves as an amendment to a federal solicitation for offers, outlining necessary procedural changes and updates to contract clauses. It specifies that acknowledgment of this amendment must be received prior to the submission deadline, and it details acceptable methods for acknowledgment. Essential changes include incorporation of new FAR clauses relevant to commercial products and services, notably updates effective in 2025. Various clauses outlining compliance with federal laws and executive orders have been added or modified, emphasizing contractor responsibilities regarding business ethics, employee rights, and prohibition of certain equipment and services associated with foreign entities. The document also outlines changes to representations and certifications required from offerors, particularly those regarding socioeconomic status. Overall, this amendment reflects the government's efforts to ensure compliance by clarifying expectations and contractual requirements in procurement processes, pertinent to Federal Acquisition Regulations.
Mar 27, 2025, 7:05 PM UTC
The document is an amendment of a solicitation under federal procurement, specifically addressing updates related to a project designated as FA703725R0002. The amendment extends the deadline for receipt of offers while emphasizing the need for bidders to acknowledge receipt before the specified time. It outlines the methods for acknowledgment, including returning the amendment, acknowledging on offer copies, or through electronic communication. The primary purpose of this amendment is to revise the Self Scoring Matrix for AEF Augmentation, correcting scores while also providing new answers to previous questions in added attachments. The document lists modified items, including changes to the North American Industry Classification System (NAICS) code, demonstrating compliance with federal guidelines for solicitations. The entire amendment retains prior terms and conditions unaffected, affirming its intent to enhance clarity and provide updated information to prospective contractors. This thorough update ensures transparency and maintains the integrity of the procurement process, serving the interests of both the government and participating vendors.
Lifecycle
Title
Type
AEF Augmentation
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Advanced Development of Enhanced Operator Capabilities (ADEOC)
Buyer not available
The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for the Advanced Development of Enhanced Operator Capabilities (ADEOC) under a Hybrid Advanced Research Announcement (ARA) that extends until September 2028. This initiative aims to develop and transition technologies that enhance the health, performance, and safety of Air Force personnel, focusing on areas such as operator performance, protective equipment against novel weapons, and cognitive improvements for combat readiness. The program anticipates awarding multiple contracts with a total estimated value of $300 million, with individual awards ranging from $50,000 to $20 million. Interested parties should submit proposals electronically via DoD SAFE, adhering to specific guidelines, and can contact Stephanie Auld or Dan Harkins for further information.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
AETC CSA IT Support Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a non-competitive bridge contract for IT Support Services to The CENTECH Group, Inc. This contract aims to provide continued Client Support Administrative Services (CSA) to the Air Education and Training Command (AETC) from March 29, 2025, to March 28, 2026, ensuring no interruption in critical IT services such as help desk support and network administration for over 1,300 users. The necessity for this bridge contract arises from the inability to extend the existing contract and the denial by the AbilityOne Commission to transfer services, prompting a need for a new acquisition strategy. Interested parties can contact Sandra Smith at sandra.smith.24@us.af.mil or 210-652-8537 for further information, with the contract valued at approximately $1,246,474.92.
Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified architect-engineer firms to provide Resilient Architect-Engineering (A/E) Services through a Multiple Award Task Order Contract (MATOC) valued at approximately $2.65 billion. The primary objective of this procurement is to support Facility Sustainment, Restoration, and Modernization (FSRM) projects, focusing on enhancing mission resilience at various locations worldwide. This contract is particularly significant as it aims to ensure quality assurance and resilience in design practices while adhering to small business regulations, including a partial set-aside for Small Business and Woman-Owned Small Business firms. Interested firms must submit their qualifications using the SF330 format by a date to be determined in the official synopsis, and inquiries should be directed to the primary contact, Brindle Summers, at brindle.summers@us.af.mil.
Air Force TENCAP IT Services 8(a) Contract
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for the Air Force Tactical Exploitation of National Capabilities (TENCAP) IT Services contract, which is exclusively set aside for 8(a) Business Development Program participants. The contract aims to provide comprehensive IT support services, including systems engineering, cybersecurity, help desk support, and maintenance for both classified and unclassified systems, thereby enhancing military effectiveness through improved integration of ISR capabilities. With a total award amount of $37 million, the contract emphasizes compliance with federal regulations and aims to foster small business participation, particularly from economically disadvantaged and women-owned businesses. Interested contractors should submit their proposals electronically, adhering to the specifications outlined in the Performance Work Statement, with a submission deadline to be confirmed. For further inquiries, contact Jordan Poling at jordan.poling@us.af.mil or Danielle Kowalski at danielle.kowalski@us.af.mil.
Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Airborne Warning and Control System (AWACS) E-3 System Labs infrastructure support and aircraft maintenance through a Request for Information (RFI). The objective is to identify capabilities for maintaining and operating the current AWACS E-3 System Labs, as well as supporting ongoing and future integration efforts for the E-3 platform, which plays a critical role in both domestic defense and international collaborations with allies such as France and NATO. Interested parties are required to provide detailed information regarding their qualifications, including business classification and security clearance, and must submit their responses via email within 15 calendar days of the announcement. For further inquiries, respondents can contact Mr. Brett Clemens at brett.clemens.1@us.af.mil or Ms. Allison Eacrett at allison.eacrett@us.af.mil.
Exceptional Family Member Program (EFMP) / Respite Care Providers
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the Exceptional Family Member Program (EFMP) Respite Care Provider Services, aimed at supporting military families with special needs. The contract involves providing trained Respite Care Providers (RCPs) who will deliver non-personal respite care services, ensuring families receive essential support while adhering to strict federal regulations and performance metrics. This initiative is crucial for maintaining the well-being of military families, reflecting the Army's commitment to their care and support. The contract is valued at approximately $16 million, with a performance period from April 10, 2025, to May 13, 2026, and proposals must be submitted electronically by April 30, 2025, to Tim Hallahan at timothy.d.hallahan.civ@army.mil or Ralph M. Bowie at ralph.m.bowie.civ@army.mil.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
USAFE-AFAFRICA Base Operating Support Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for Base Operating Support Services for the United States Air Forces in Europe and Africa (USAFE-AFAFRICA), with a focus on locations in Turkey, including Izmir, Adana, and Incirlik. The procurement aims to provide comprehensive support services, including program management, civil engineering, communications, logistics, safety, and administrative functions, ensuring uninterrupted mission-essential services and effective support for military exercises. This initiative reflects the U.S. government's commitment to operational efficiency in military operations, with a contract award anticipated by mid-2027 and full performance commencing in January 2028. Interested parties are encouraged to contact Mr. John McLaurin or Ms. Ina Hemmer at the provided emails for further engagement and to participate in upcoming one-on-one meetings scheduled from April to May 2025.
EPASS Task Order Phasing Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in the Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC). This procurement aims to acquire Advisory and Assistance Services (A&AS) for the Air Force Life Cycle Management Center (AFLCMC), with a strong emphasis on maximizing opportunities for small businesses as part of the acquisition strategy. The EPASS program is a 100% small business set-aside initiative, and prospective prime offerors must be part of the GSA OASIS+ Small Business IDIQ domain to be eligible for task order awards. Interested parties can find additional information and Fair Opportunity Proposal Requests (FOPRs) on the GSA eBuy platform, with the current ordering period concluding on December 19, 2024. For inquiries, Emily Starkey can be contacted at emily.starkey@us.af.mil or by phone at 937-904-6388.