Project Taj Mahal: HCM SaaS under AFLCMC Data Operations Commercial Solutions Opening
ID: FA8600-23-S-C056-007Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEAIR FORCE LIFE CYCLE MANAGEMENT CENTER

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

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

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking innovative vendors to provide integration and operational support for the Oracle Fusion Cloud Human Capital Management (HCM) Software as a Service (SaaS) platform. The primary objective is to streamline the Air Force's human resources systems by consolidating over one hundred disparate applications into a modular and scalable solution that adheres to government compliance standards. This initiative is critical for modernizing the Air Force's HR infrastructure, enhancing operational efficiency, and ensuring seamless interoperability with existing systems. Interested parties should direct inquiries to Contracting Officer Matthew Loffredo at matthew.loffredo@us.af.mil or Contract Specialist Jennifer Burns at jennifer.burns.8@us.af.mil, with key deadlines including the submission of solution briefs by June 17, 2025, and the anticipated live demonstrations for selected vendors in the subsequent evaluation phase.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines requirements for vendors responding to the AFLCMC HCM SaaS CSO Call, focusing on the provision of comprehensive pricing information and deliverables structured around Specific Contract Line Item Numbers (CLINs) over a 3-year ordering period. Vendors must submit fully burdened labor rates, detail labor categories, and establish pricing for various SaaS user tiers, tracing all pricing back to labor categories and deliverables. Each CLIN requires the inclusion of selected labor categories, total cost per iteration, and assumptions about resources and timelines. A structured 'Pricing Traceability' section ensures vendors link pricing to specific labor categories and assumptions. Deliverables across multiple CLINs include an Initial Deployment Plan, Project Management Plan, MVP development, UAT preparation, as well as training materials. Acceptance criteria for these deliverables must meet government standards and receive necessary stakeholder approval. The document emphasizes a streamlined pricings approach to prevent renegotiation in future task orders while allowing for reasonable escalation where clearly justified. Overall, the file serves as a foundational piece in supporting proposals for government contracts related to the Oracle HCM Software as a Service solution, ensuring vendors understand the structured pricing and documentation expectations required for compliance.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD). It outlines requirements for submitting and managing data items related to government contracts, specifically for a Human Capital Management Software as a Service (SaaS) project. The form includes sections for contractor details, data item description, submission schedules, and approval processes. Key elements include the requirement for a monthly status report detailing tasks, problems, personnel changes, schedules, travels, and cost projections. Reports are due on the 10th of each month and must reflect changes from the previous month’s costs. The distribution is limited to the Department of Defense and authorized contractors, ensuring the confidentiality of the software documentation. The instructions also guide government personnel and contractors on completing the form, highlighting the necessity of categorizing data items and specifying associated costs. The document aims to ensure clear communication and compliance with data submission requirements essential for proper project oversight and accountability in government contracting activities.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense for submitting data items relevant to contracts. It includes fields for essential contract information such as the contract line item number, data item title, and submission requirements. The contractor must provide draft presentation materials two days before scheduled meetings and submit revised documents within three business days post-presentation. The form specifies distribution details, submission dates, and electronic delivery requirements. The instructions guide both government personnel and contractors on completing the form effectively, detailing the classification categories for data types, the technical office responsible for data adequacy, and the estimated pricing associated with various data items. There are guidelines for extension requests and destruction notices, emphasizing security in data handling. This document serves a vital role in ensuring organized data management and compliance with governmental standards within federal contracting and grant processes.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) for a government contract, specifically regarding the Human Capital Management (HCM) Software as a Service (SaaS). It details necessary components such as contract line item numbers, data item titles, authorities, and submission frequencies. The primary purpose is to ensure that contractors provide essential data, including test and inspection reports, tailored to the HCM program's needs. Submissions must include comprehensive test plans, methodologies, results, and defect reports, delivered in a specific digital format compatible with government standards. The form also emphasizes the importance of timely submission and the required approvals from contract authorities. The document includes guidelines for completing the form, pricing classifications for data items, and a distribution statement outlining who can access the submitted information, aiming for transparency and regulatory compliance in government data collection. Overall, it serves as a critical framework for vendors to meet government expectations in service delivery.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a federal government contract regarding Human Capital Management (HCM) Software as a Service (SaaS). The document details essential data items that a contractor must provide, such as training materials tailored to the HCM program. These materials will include user guides, reference sheets, and train-the-trainer documentation, all aimed at ensuring ongoing relevance and effectiveness. Submission guidelines specify electronic delivery in compatible formats and outline the necessity for approvals and distribution. Additionally, the form includes instructions for government personnel and contractors on how to complete the CDRL, detailing pricing groups for different types of data items: Group I (non-essential data), Group II (essential but requiring extra work), Group III (internally developed data), and Group IV (minimal effort data). Overall, this document serves as a formal mechanism for specifying the data deliverables required from the contractor to meet government standards, highlighting compliance, appropriateness, and proper submission procedures within the context of federal RFPs and contracts.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense, primarily to document specific data items associated with contracts and ensure compliance with data submitted by contractors. It outlines relevant details such as contract line item numbers, category of data (e.g., Technical Data Package or Technical Manual), system/item name, submission requirements, and distribution statements crucial for handling sensitive information. The form specifies a structured process for submitting deliverables electronically, with timelines tied to project milestones, such as bi-weekly sprints. The document emphasizes the importance of proper categorization of data items based on their necessity for contract performance and associated cost estimates. Furthermore, it details the roles involved in data preparation and approval while ensuring adherence to security policies for data destruction. The guidelines aim to facilitate clear communication of information requirements between the government and contractors, ultimately enhancing project execution and compliance within federal and state contracting frameworks.
    The Statement of Work (SOW) outlines the contract framework for procuring a Software-as-a-Service (SaaS) solution for the Department of the Air Force's Human Capital Management (HCM) modernization initiative. The project focuses on replacing outdated HCM systems with Oracle Fusion Cloud HCM to enhance HR efficiency, data management, workforce empowerment, and security compliance. It will utilize an Agile development approach structured around sprints, allowing continuous delivery and feedback integration. Key tasks include data migration, configuration, integration with legacy systems, and user training, alongside stringent cybersecurity measures to meet Department of Defense standards. Task Orders, issued under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, will define specific performance metrics and deliverables, ensuring alignment with program objectives. The SOW emphasizes the importance of user-centered design, legacy system sunset planning, and a commitment to data rights and intellectual property standards. The primary goal is to provide a scalable, secure, and user-friendly HCM system that meets the evolving needs of the Air Force and related entities, with an ordering period spanning three years to accommodate various government requirements.
    The document is a Statement of Work (SOW) for acquiring a Software-as-a-Service (SaaS) solution to modernize Human Capital Management (HCM) for the Department of the Air Force (DAF). The objective is to replace outdated systems with a cloud-based Oracle Fusion Cloud HCM solution that improves HR processes, enhances data management, empowers employees, and ensures compliance with security standards. The SOW outlines the project's scope, detailing various tasks such as system configuration, data migration, training, and ongoing support. The execution will adopt an Agile development approach emphasizing iterative delivery, feedback loops, and collaboration between the contractor and government personnel, with tasks organized into Sprints. Key requirements include compliance with Department of Defense (DoD) security standards, seamless integration with existing systems, and the contractor's responsibility to ensure a secure cloud computing architecture. The IDIQ contract has a three-year ordering period, with individual task orders defining performance specifics, deliverables, and acceptance criteria. Overall, the SOW aims to secure a reliable and efficient HCM solution, ensuring data integrity and user accessibility, thereby enhancing the workforce experience within the DAF while complying with regulatory standards.
    The Air Force Life Cycle Management Center (AFLCMC) is seeking proposals for a Human Capital Management (HCM) Software-as-a-Service (SaaS) platform to modernize its HR infrastructure. The primary aim is to integrate the Oracle Fusion Cloud HCM system while retiring outdated HR solutions and addressing challenges from past implementation failures related to data migration and system integration. Offerors are encouraged to adopt innovative, agile methodologies to facilitate a rapid deployment of a secure system that adheres to FedRAMP and DISA standards. Key objectives include achieving seamless interoperability with existing systems, delivering a Minimum Viable Product (MVP) within six months, and ensuring compliance with security protocols. The project requires robust data migration and user management capabilities, while incorporating user feedback and ensuring a modern interface for improved usability. Desired outcomes focus on enhanced user experience, cost savings, and data-driven decision-making capabilities. Acceptance criteria will be defined based on commercial best practices to verify deliverables during the implementation phases, ensuring that all security, documentation, testing, and user training requirements are met. This initiative represents a significant effort to foster agility and innovation in the Air Force's HR processes, ultimately aiming for a fully accredited operational system.
    The Performance Work Statement (PWS) outlines the requirements for the acquisition of Human Capital Management (HCM) Software-as-a-Service (SaaS) to enhance the Department of the Air Force's HR modernization initiatives. This initiative aims to transition from over one hundred legacy systems to a more efficient Oracle Fusion Cloud solution, thus improving user experience, reducing costs, and enhancing data visibility. Using Agile and Scrum methodologies, the project is organized into sprints with defined deliverables based on Contract Line Item Numbers (CLINs). Key components include roles and responsibilities for both the government and contractor personnel, detailed security and access control guidelines, testing protocols, and metrics for assessing performance. The document specifies expected outcomes such as the successful migration of personnel data, compliance with security standards, completion of a Minimum Viable Product (MVP), and provisions for user training and support post-deployment. The PWS serves as a foundational document to ensure that the project meets all established goals and adheres to quality standards, while allowing for continuous improvement through structured feedback mechanisms and performance metrics. This initiative represents a significant step toward modernizing HR functions within the Air Force, promoting efficiency, accountability, and enhanced service delivery in personnel management.
    The Department of the Air Force is issuing a Commercial Solutions Opening (CSO) for the integration and operation of Oracle Fusion Cloud HCM Software as a Service. This solicitation aims to find innovative vendors to develop an agile integration strategy for human resources systems. The CSO emphasizes the need for a modular, scalable solution to simplify the Air Force's use of over one hundred disparate HR applications while ensuring compliance with government standards. The process involves a two-step evaluation: first, vendors must submit solution briefs, which will be assessed for their technical merit and alignment with the government’s Statement of Objectives (SOO). If selected, vendors will advance to the second stage, submitting detailed proposals and participating in live demonstrations to validate their solution. The final contract will be awarded based on the best value determined through these evaluations. This initiative reflects the Air Force's commitment to leveraging innovative commercial practices to enhance operational efficiency and improve HR capabilities across its services.
    The Department of Air Force (DAF) is issuing a Commercial Solutions Opening (CSO) solicitation, FA8600-23-S-C056, to attract innovative solutions and technologies for human capital management through an Indefinite Delivery Indefinite Quantity (IDIQ) contract structure. This effort seeks to streamline the current disparate HR applications and enhance service delivery using cloud-based Software as a Service (SaaS) platforms, while adhering to best commercial practices. This solicitation comprises a two-step process: Step One involves the submission of solution briefs by June 12, 2025, to be evaluated for their potential to align with the DAF's objectives. Selected offerors will move on to Step Two, where they will submit detailed proposals and participate in a live demonstration to validate their solutions. The proposal must outline an implementation strategy, technical capabilities, and pricing information, highlighting relevant experience with similar projects. The DAF emphasizes the importance of commercial viability, technical maturity, and innovative approaches in submitted proposals. The entire process is designed to foster flexibility and collaboration with both traditional and non-traditional vendors while ensuring compliance with federal regulations. The ultimate goal is to transition to a more efficient HR management system capable of adapting to changing operational requirements.
    The document outlines responses to questions regarding a competitive solicitation for technology related to the Air Force's Human Capital Management needs. It clarifies that there is currently no incumbent contractor, and the deadline for Step One solution briefs is confirmed as June 12, 2025, at 5 PM EDT. The document specifies that the Air Force is utilizing Oracle Fusion HCM and is not pursuing alternative SaaS solutions. It seeks to understand whether the focus is solely on identifying system integrators for Oracle HCM implementation, rather than exploring new SaaS options. This competitive combined synopsis/solicitation underscores the Air Force’s commitment to enhancing its human capital capabilities while stabilizing its platform choice, which is pivotal for potential contractors aiming to align their solutions with defined Air Force requirements.
    The document outlines the U.S. Air Force's competitive solicitation for innovative solutions to implement and configure the previously procured Oracle Fusion Cloud Human Capital Management (HCM) SaaS platform. It specifies the primary objective of integrating this system with existing HR systems, particularly MilPDS, while ensuring compliance with security and accessibility standards. The Air Force is seeking commercial vendors to propose effective integration solutions rather than alternative platforms, emphasizing a seamless transition from older systems such as AFCAPS and OATS. Key inquiries from potential offerors include clarification on system capabilities, user training requirements, testing strategies, and project timelines. The government encourages proposals that highlight vendor-driven innovations and adherence to agile methodologies. Offerors are expected to outline their strategies for data migration, user training, and ensuring system interoperability while addressing compliance with DoD cybersecurity requirements. The solicitation reveals the importance of collaboration and the establishment of detailed timelines for demonstration phases, respecting government protocols for submissions. Ultimately, the government seeks an agile, user-centered human capital management solution that minimizes technical debt and leverages technology to enhance operational efficiencies across its HR functions.
    The USAF is soliciting proposals through a Competitive Solicitations Opportunity (CSO) focused on the implementation of Oracle Fusion Cloud Human Capital Management (HCM) solutions. The primary objective is to configure and integrate this system with existing platforms, particularly the MilPDS, while ensuring data accuracy and compliance with DoD cybersecurity standards. There is no incumbent contractor as this is a new initiative aimed at modernizing the Department of the Air Force's (DAF) human resources infrastructure. Key inquiries during the solicitation phase clarified that the government seeks innovative solutions for executing the integration, with specific focus areas including performance management, training, organizational change management, and user experience design. The expected user base for the system is anticipated to reach around 10,000 personnel and will initially focus on officer accessions. Proposals must detail training strategies, integration capabilities, testing methodologies, and compliance adherence. The document emphasizes an agile approach to project management, and future deliverables will be determined based on a defined governance model. Vendors are encouraged to submit comprehensive solutions while adhering to the established operational standards and regulations, promoting transparency and collaboration throughout project execution.
    The U.S. Air Force is seeking innovative solutions for the configuration and integration of the previously procured Oracle Fusion Cloud HCM SaaS platform. The response to a competitive solicitation emphasizes the necessity for seamless interoperability with legacy systems, particularly MilPDS, and outlines the integration of core HR and talent management processes. Offerors are invited to submit a solution brief demonstrating their technical capabilities, focusing on optimizing the platform's existing features while adhering to security protocols and accessibility standards. The project anticipates involvement from approximately 10,000 end users, primarily focused on officer accessions. Key clarifications indicate there is no current contractor involved and emphasize that the solution will solely involve professional services, without the procurement of new Oracle licenses. The document highlights the need for comprehensive training programs and user-centered designs, alongside the development of effective testing strategies for the new system. In negotiating project timelines and requirements, the government stresses the importance of maintaining an agile project approach, aligning with established vetting processes for security and compliance. Specific deliverables, integration protocols, and performance metrics are outlined as critical components for successful submission and evaluation. Overall, the initiative reflects a commitment to modernizing the Department of the Air Force's HR infrastructure while ensuring effective governance and accountability.
    The document outlines the Statement of Work (SOW) for a Human Capital Management (HCM) Software-as-a-Service (SaaS) solution aimed at modernizing the Department of the Air Force’s legacy HR systems, focusing on the implementation of Oracle Fusion Cloud HCM. The project aims to streamline HR processes, enhance data management, empower employees through self-service, and meet stringent security standards. Key components include an Agile development approach through iterative sprints, user-focused design, ongoing user training, and robust cybersecurity measures. The contract involves an Indefinite Delivery Indefinite Quantity (IDIQ) framework, allowing for tailored task orders defining specific deliverables and performance metrics. The contractor is responsible for data migration, system integration, and ensuring compliance with federal regulations. Each task order will clearly define milestones, payment structures, and progress tracking through the Requirements Traceability Verification Matrix (RTVM). The initiative is part of broader efforts to enhance the efficiency of the Department of the Air Force's HR capabilities, aligned with government strategic objectives and supporting enterprise scalability across federal agencies.
    Similar Opportunities
    AFLCMC Cloud Productivity Suite Pilot CSO
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white paper submissions for the Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial products and services that provide an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, with a focus on secure collaborative platforms and Impact Level 5 (IL5) accreditation. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and secure IT tools, with individual contracts expected to range from $500,000 to $4,000,000 and performance periods between 1 to 5 years. Interested vendors should submit their white papers by following the detailed instructions provided, and can contact Mason R Worsham or Gage E Egierski for further information. The CSO is open for submissions until November 2026.
    16th Air Force Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the 16th Air Force, is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) for a WAPS (Weighted Airman Promotion System) Scheduling Tool. This initiative aims to replace the current Excel-based scheduling process with a modern, power platform-based solution that will enhance test scheduling, manage exceptions, streamline communication, and comply with GCC High environmental standards. The selected solution is critical for improving the efficiency of the 707 FSS/FSD Air Force Education Center testing department. Interested parties must submit Quad Charts and White Papers by September 8, 2025, as part of a two-step proposal process, with awards contingent on funding availability and a performance period of 1-5 years. For further inquiries, contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.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.
    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.
    FUTURE J-BOOKS PLATFORM
    Buyer not available
    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.
    Commercial Solutions Opening (CSO) for 338 Enterprise Sourcing Squadron (ESS) Human Capital
    Buyer not available
    The Department of Defense, through the 338th Enterprise Sourcing Squadron (338 ESS), is seeking innovative commercial solutions for Human Capital (HC) services, specifically focusing on an AI-enabled Marketing and Communications Campaign Management System to enhance recruitment efforts for the Air Education and Training Command (AETC). The objective is to modernize recruitment processes by streamlining campaign creation, workflow management, and data tracking, while integrating with existing data sources and adhering to DoD security standards. This opportunity is crucial for addressing capability gaps in military recruitment and is open to submissions of White Papers, with the first phase due by November 3, 2025, at 11:00 AM CST. Interested parties should direct inquiries to Melody Taylor at melody.taylor@us.af.mil or 2d Lt Philip Napier at philip.napier@us.af.mil, and monitor SAM.gov for updates and amendments.
    FEURY Extension Redacted J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to extend the FEURY Program through a Justification and Approval (J&A) process. This opportunity involves platform support services in the IT and telecom sector, focusing on database, mainframe, and middleware labor. The FEURY Program is critical for maintaining and enhancing operational capabilities within the Air Force's communication and information systems. Interested parties can reach out to Luis Fraguada at luis.fraguada@us.af.mil or by phone at 781-225-2530 for further details regarding this procurement opportunity.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    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.