Virtual Warfare Center Information Technology Support
ID: FA4452-25-VWCITSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

Other Computer Related Services (541519)
Timeline
    Description

    The Department of Defense, specifically the Air Mobility Command (AMC), is seeking small businesses to provide Information Technology (IT) support for the Virtual Warfare Center (VWC) at Scott Air Force Base, Illinois. The procurement aims to identify capable vendors who can maintain and expand the AMC/A9 Warfighting Research Network (WARNET), which is essential for advanced modeling and simulation capabilities in military operations. This initiative is critical for ensuring the operational integrity of various military-related computer models used in both peacetime and wartime scenarios, hosted within a cloud-based Special Access Program environment. Interested parties must submit their responses by May 15, 2025, and can direct inquiries to Tonya Hughes at tonya.hughes.2@us.af.mil or Lindsay Fallon at lindsay.fallon.2@us.af.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for specialized IT support services for the Air Mobility Command (AMC) Virtual Warfare Center (VWC). The contractor is tasked with maintaining and expanding the AMC/A9 Warfighting Research Network (WARNET), a classified network facilitating advanced modeling and simulation necessary for AMC's warfighting capabilities. Key responsibilities include system administration, installation of specialized software, ensuring compliance with security standards, and performing roles as an Information System Security Manager (ISSM). The contractor must support both the WARNET and a cloud-hosted Special Access Program (SAP) environment while adhering to strict accreditation and security protocols for classified information. Deliverables such as weekly vulnerability scans and monthly reports are mandated, ensuring system reliability and operational integrity, with a performance threshold requiring 95% operational uptime. Additionally, all personnel must have appropriate security clearances for access to classified information. The document emphasizes continuous quality assurance and compliance with federal standards, highlighting the importance of safeguarding sensitive data within AMC's operational framework. This PWS represents a critical component of government requests for proposals, reflecting the necessity for detailed contractor engagement in defense operations.
    The document outlines a Sources Sought notification related to the requirement for Information Technology (IT) support at the AMC Virtual Warfare Center (VWC). It is confirmed to be a new requirement, with no incumbent contractor involved, meaning no existing contract is currently being performed for this project. Several inquiries were made by potential vendors regarding the existence of an incumbent provider; however, all questions were addressed with the clarification that this is a novel requirement. The lack of current contract details emphasizes that contractors seeking to participate must do so without reference to pre-existing arrangements. This information is crucial for companies considering submission of proposals, as aligning their capabilities with the goals of the AMC's mission is essential for prospective bidders.
    The 763d Enterprise Sourcing Squadron (763 ESS) has issued a Sources Sought Announcement to identify small businesses capable of providing Information Technology (IT) support for the Virtual Warfare Center (VWC) utilized by the Air Mobility Command (AMC). This initiative seeks to support modeling and simulation capabilities involving various advanced military-related computer models, hosted within a cloud-based Special Access Program environment. Interested small businesses, including those categorized as Small Disadvantaged, HUBZone, 8(a) participants, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses, are encouraged to respond. Responses should detail capabilities to fulfill specific tasks, demonstrate past performance, and address possible collaborative efforts through joint ventures. A Top Secret Security Clearance is required for personnel involved. The solicitation is informational only and does not obligate the government to award a contract. Interested parties must submit their responses by May 15, 2025, and should clearly mark any proprietary information as such. This call for sources aims to evaluate small business participation in the potential procurement process, facilitating compliance with federal contracting policies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    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.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    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.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Program Manager Wargaming Capabilities - Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps Program Manager Wargaming Capability (PM WGC), is seeking advanced software solutions for wargaming capabilities to support comprehensive military simulations. The objective is to develop a modular, open-architecture wargaming system that can execute end-to-end workflows—including planning, design, execution, data capture, analysis, and reporting—within a secure Azure cloud environment, addressing all levels of war and various warfighting domains. This initiative is crucial for enhancing military operational planning and analysis through sophisticated simulations. Interested vendors must submit an executive summary detailing their capabilities and technical approaches by January 30, 2026, and can engage further at the 2025 I/ITSEC conference. For inquiries, contact Victoria Downing at victoria.downing@usmc.mil or 703-784-1807.
    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.
    AppDynamics Software Licenses and Support
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to procure AppDynamics software licenses and support services. This procurement is focused on acquiring perpetual license software that is critical for IT and telecom business applications, ensuring effective performance monitoring and management. The services will be performed at Scott Air Force Base in Illinois, highlighting the importance of maintaining operational efficiency within military logistics and transportation systems. Interested vendors can reach out to Sydney Henderson at sydney.m.henderson.civ@mail.mil for further details regarding this opportunity.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    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.
    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.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.mil.
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.