Acquisition Due-In System (ADIS) & Contracting Information Database System (CIDS) Follow-On
ID: FA8770-25-R-B015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8770 AFLCMC GBKWRIGHT PATTERSON AFB, OH, 45433-5769, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide program operations support for the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS). The objective of this procurement is to maintain and enhance the operational integrity of these critical logistics business systems that facilitate the Air Force acquisition process, ensuring compliance with statutory and regulatory guidelines. The systems are essential for managing procurement data, improving acquisition efficiency, and supporting the overall logistics framework of the Air Force. Interested vendors, particularly those eligible under the 8(a) program, are encouraged to respond to the Request for Information (RFI) by May 8, 2025, and should direct inquiries to Morgan Suntay at morgan.suntay@us.af.mil or Major Ronald L. Hirsch at ronald.hirsch.1@us.af.mil.

    Point(s) of Contact
    Major Ronald L. Hirsch
    ronald.hirsch.1@us.af.mil
    Files
    Title
    Posted
    The Air Force is issuing a Request for Information (RFI) to gather insights from vendors capable of supporting the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS). This RFI is not a commitment to issue a Request for Proposal (RFP) or to enter into any contracts. Responses are sought from both large and small businesses, with a focus on 8(a) small businesses, Native Hawaiian organizations, and Alaskan Native corporations. Vendors are encouraged to demonstrate their capabilities and relevant experience related to operational support for the mentioned systems, preferring responses of no more than 10 pages by May 8, 2025. Relevant technical details include the operational roles of ADIS and CIDS within the Air Force logistics and acquisition processes, their data management capabilities, and their need for adherence to continuous improvement and compliance standards. The acquisition may involve a base year with four option years and a potential six-month extension. Registration in the System for Award Management (SAM) is required for contractors to be eligible for government awards. The RFI serves as a preliminary step to potentially inform future procurement actions.
    The AFLCMC/HIS has issued a Performance Work Statement for the Acquisition Due In System (ADIS) and the Contracting Information Database System (CIDS) under Solicitation Number FA8770-21-R-0002. The document details the technical specifications and operational frameworks for both systems. ADIS, an older system with a COBOL III code base, supports approximately 3,000 users and manages data inputs from various sources, with a life expectancy dependent on the forthcoming CON-IT System. CIDS, utilizing Oracle and PowerBuilder languages, functions as a comprehensive database interfacing with numerous external systems, facilitating numerous daily transactions. It emphasizes the importance of maintaining efficient operational response times and ongoing user support. The document includes a glossary of acronyms relevant to the project, indicating the complexity and interconnectivity of military logistical systems. The overall objective is to sustain and enhance systems vital for the Air Force's procurement and contracting needs, ensuring readiness and compliance with established standards in government contracts and operations.
    The document outlines the architecture and operational details of the Client Server Architecture (CIDS J018R) within a government context, focusing on a range of databases, systems, and reporting tools intended to support the management of procurement, inventory, and delivery data. Central components include various servers and databases (such as D035, J041, MVS, and more), which facilitate the processing and tracking of purchase orders, shipments, and due-in data across multiple organizations. Key functionalities are reported, including the generation of local and ad hoc reports and integrations with systems like SAM, WAWF, and MOCAS. The document also details data handling procedures, emphasizing inputs for due-in status tracking, contract history, and delivery management, essential for maintaining accurate records and oversight in procurement processes. Additionally, it highlights the importance of various user roles, including database administrators and functional leads, who utilize Oracle SQLNet for accessing and managing system data. This structure illustrates the government's commitment to data accuracy and efficiency in supporting operational needs across federal, state, and local procurement frameworks.
    The document outlines the Contract Data Requirements List (CDRL) for various data items associated with the ADIS/CIDS system under contract number FA8770-25-X-XXXX. It details specific data items required from the contractor, such as Status Reports, Other Direct Costs (ODCs) Reports, Technical Reports, Project Planning Charts, Department of Defense Architecture Framework Documentation, Engineering Change Proposals, Configuration Management Plans, and Vulnerability Scan Compliance Reports. Each item includes submission requirements, review periods, formats permissible for submissions, and distribution restrictions, emphasizing compliance with Microsoft Word 2016 specifications and export control limitations. The frequency for submitting various reports varies, with some required monthly, others 'as required,' and strict deadlines set for initial and subsequent submissions. The document aims to ensure that the contractor provides essential data to support government oversight, contract management, and compliance with established regulations. The CDRL is integral for monitoring project progress and ensuring adherence to standards throughout the contract lifecycle.
    The document outlines the Performance Work Statement (PWS) for the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS), aimed at supporting the U.S. Air Force's logistical and procurement operations. It details the purpose, scope, and specific capabilities required to maintain these systems, including software development, helpdesk support, cybersecurity, and transition planning. The document mandates compliance with cybersecurity standards and emphasizes the necessity for contractor personnel to hold appropriate security clearances and cybersecurity certifications. The contractor is responsible for ensuring operational integrity, managing configuration, and providing necessary technical reports. It outlines the expectations for timely delivery of services and documentation, with strict performance metrics to gauge success. Additionally, the PWS specifies requirements regarding personnel training, travel, and the handling of Government Furnished Information, emphasizing adherence to federal regulations and operational policies. This comprehensive framework highlights the essential services needed to enhance Air Force procurement processes and maintain system reliability while ensuring security and compliance with federal standards.
    The document outlines the data transmission protocols and processing systems utilized in managing federal government procurement and logistics. It specifies the various systems involved, such as Multiple Queue (MQ) messages for Purchase History and Master Item Data, and details the use of Secure File Transfer Protocol (SFTP) for transmitting various transaction types, including due-in data, contract data, and vendor information. The file indicates productive and consuming systems, highlighting the flow of data between them, including Post Award Master Files and the Defense Logistics Agency's (DLA) records. Additionally, it describes the integration of various platforms like SAMIS, DAAS, and others in monitoring procurement activities. This organized data management structure supports federal grants and RFP processes by ensuring accurate transaction tracking, enhancing procurement efficiency, and maintaining integrity in vendor relations, which is critical for both state and local RFPs.
    The document outlines various transaction data related to the Department of Defense’s procurement and inventory management processes. It covers stock list validations, transaction data files, and reporting requirements crucial for contract management within different production and control environments (denoted by various codes like J041 and J018R). Key components include shipment notices, contract completion statements, and delay notifications, indicating the system’s role in ensuring effective operational transparency and accountability. The file reflects a structured approach to managing and validating stock lists and transactions, essential for the efficient functioning of federal grants and Requests for Proposal (RFPs) processes. Overall, it emphasizes the importance of accurate and timely transaction handling in governmental procurement practices, ensuring compliance and effective resource allocation.
    The document addresses a Sources Sought/Request for Information related to the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS) under the RFP FA8770-25-R-B015. It clarifies two key points: firstly, that a Secret Facility Clearance is not necessary for this contract. Secondly, the government plans to seek acceptance from the Small Business Administration (SBA) for a sole source award, specifically targeting a qualified firm owned by an Indian tribe or an Alaskan Native Corporation, in accordance with federal regulations outlined in FAR 19.805-1(b)(2). This initiative indicates the government's commitment to support small, minority-owned businesses while ensuring compliance with established procurement policies.
    Similar Opportunities
    Safety-Integrated Risk Information System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for advisory and assistance services related to the Safety-Integrated Risk Information System (S-IRIS) to enhance aviation safety through the Military Flight Operations Quality Assurance (MFOQA) program. The primary objective is to sustain, develop, and expand the MFOQA program, which involves analyzing flight data to identify potential mishaps and develop mitigation strategies, while also maintaining compliance with cybersecurity and documentation standards. This effort is crucial for proactive aviation safety and will involve collaboration with various Air Force commands, government agencies, and international partners. Interested contractors must submit their responses, including company information and capabilities, by December 23, 2026, at 1600 MDT, and can contact My Cole Robinson or Winter Silva for further inquiries.
    COMPUTER AIR DATA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking procurement for computer air data systems, classified under the flight instruments category (PSC code 6610). This opportunity aims to fulfill specific requirements related to air data systems that are critical for various defense applications. The procurement is essential for ensuring the operational readiness and effectiveness of military aircraft and systems. Interested vendors can reach out to Mark Highland at mark.highland@dla.mil or call 256-690-5749, or contact Wendellar Johnson at wendellar.johnson@dla.mil or 256-690-5451 for further details.
    IDS C2 Basic Support Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the IDS C2 Basic Support Plan software through a sole source order. This procurement is aimed at acquiring essential IT management tools and products, which are critical for the effective operation and management of defense-related IT systems. The awarded contract will be executed in Ohio, with further details available in the attached redacted Justification and Approval (J&A) document. Interested parties can reach out to Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for additional information regarding this opportunity.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    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.
    Defense/Aerospace Competitive Intelligence Service
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington D.C., is seeking to procure a Defense/Aerospace Competitive Intelligence Service through a single-source contract. This procurement is aimed at obtaining specialized intelligence services that are critical for enhancing the operational capabilities of the Air Force, with the contract having been awarded to Infobase Publishers, Inc. on April 10, 2023. The services will focus on IT and telecom solutions, particularly in the area of platform as a service, which is vital for maintaining competitive advantage in defense and aerospace sectors. For further inquiries, interested parties can contact Amanda Fay Henderson at amanda.henderson.2@us.af.mil.
    Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS) to support its Cyber Crime Center (DC3). The procurement aims to secure a commercial solution that includes vulnerability submission workflows, researcher engagement tools, and advanced reporting capabilities for both the DoD and Defense Industrial Base (DIB) VDPs. This initiative is crucial for enhancing the security of the DoD Information Network and leveraging crowdsourced cybersecurity expertise. Proposals are due by January 9, 2026, at 1600 EST, and interested parties should direct inquiries to Phelicha Silva at phelicha.silva@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    FUTURE J-BOOKS PLATFORM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for the development of a modernized Artificial Intelligence (AI) enabled Congressional Justification Books (J-Books) platform. This initiative aims to replace four legacy systems (IDECS, EAS, AF MIDAS, and KDSS) by automating the manual process of creating J-Books through the integration of AI capabilities, including Large Language Models (LLMs) and Corporate Performance Management (CPM) platforms, while ensuring compliance with DoD cloud security requirements. Interested contractors with expertise in AI-enabled financial systems, cloud architecture, and cybersecurity are invited to respond to the Request for Information (RFI) by January 6, 2026, with detailed descriptions of their relevant experience and project references. For further inquiries, potential respondents can contact Douglas Miller at douglas.miller.36@us.af.mil or Daniel Berens at daniel.berens@us.af.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    AI-Powered Software Development and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) for AI-Powered Software Development and Modernization, aimed at identifying sources capable of providing advanced AI solutions for software development and refactoring. The RFI seeks to explore capabilities in AI-assisted and fully autonomous coding practices, particularly for applications built on platforms such as Salesforce, ServiceNow, Outsystems, Angular, and PowerBI, with the goal of modernizing existing systems and enhancing software delivery. Interested parties are invited to submit responses addressing specific questions related to AI capabilities, tools, quality assurance, and security compliance by January 2, 2026, to the designated contacts, Melissa Mattis and Corey Collins, via email.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.