ESCAPE SaaS Request for Information (RFI)
ID: FA180925X5001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8109 AFSC PZAACTINKER AFB, OK, 73145-3303, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Sustainment Command (AFSC) Specialized Enterprise Contracting Division (PZA) has issued 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. This RFI is for market research purposes only and does not constitute a solicitation or a commitment to award a contract. The primary focus is on a product contract providing PTC Service Parts Management (SPM) SaaS for IL5 and IL6 capability, with minor services for training, analysis, configuration, and Tier 1-3 help desk support. The government seeks feedback on the optimal division of responsibilities and resources. The proposed NAICS code is 513210 ($47M size standard), and all business sizes are encouraged to respond by 4:00 pm Central Time Zone, December 19, 2025. The RFI includes a contractor capability survey covering business information, experience with the ESCAPE program, PTC SPM Cloud expertise, data integration, personnel qualifications, software support, COTS documentation, quality control, reporting, and risk management.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Buyer not available
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@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.
    Salesforce follow on FOE
    Buyer not available
    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.
    Request for Information (RFI) F-15SA Diminishing Manufacturing Sources and Material Shortages (DMSMS) Analysis Tool Survey
    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 a Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis tool for the Royal Saudi Air Force's F-15SA aircraft. The objective is to procure a system that can proactively and reactively identify DMSMS issues, recommend viable resolutions, and integrate these solutions into a software tool that will be utilized by U.S. Government Country managers supporting the RSAF. This tool is crucial for managing obsolescence, correcting technical order errors, and facilitating coordination with government engineers and Foreign Military Sales (FMS) partners. Interested contractors must submit their capability surveys detailing their experience and qualifications by December 16, 2025, to the primary contact, Anthony Brzezicki, at anthony.brzezicki.2@us.af.mil or by phone at 478-497-5532.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    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.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.