AEF Augmentation
ID: FA703725R0002Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Solicitation
    AEF Augmentation
    Currently viewing
    Presolicitation
    Similar Opportunities
    Salesforce follow on FOE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties 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 Fair Opportunity Exception and any associated timelines.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    RTWS Termination- A3A, IAS, & amp; SEF Staff Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support services for the RTWS Termination project, which involves technical, logistical, and operational assistance for airfields, special use airspace, and ranges managed by the Headquarters Air Combat Command (HQ ACC). The procurement aims to enhance the capabilities of various divisions within HQ ACC, including the Airspace, Ranges, and Airfield Operations Division (A3A), the Resources and Budget Division (A3R), and the International Affairs Security Cooperation (IAS), which collectively support airfield operations, financial guidance, and foreign military sales. This opportunity is crucial for maintaining operational readiness and safety for the 1,100 aircraft under HQ ACC's purview. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or Edward Smith at edward.smith.65@us.af.mil for further information.
    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.
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    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.
    Pioneering Aerospace Capabilities, Engineering and Research
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals under the Broad Agency Announcement (BAA) FA2391-23-S-2403 for the "Pioneering Aerospace Capabilities, Engineering and Research" initiative. This opportunity aims to advance aerospace technologies through research and development efforts focused on innovative concepts and technologies that enhance military capabilities, particularly in propulsion and power systems. The initiative is critical for maintaining a technological edge in defense operations, with a projected funding ceiling of $200 million for various projects. Interested parties must submit their proposals electronically via DoD SAFE, with key deadlines for submissions varying by specific calls, including January 27, 2025, for the Aggressive Embedded Propulsion & Operability (AEPO) initiative. For further inquiries, potential offerors can contact John McClellan at john.mcclellan.2@us.af.mil or Jac Cook at joseph.cook.39@us.af.mil.