EWAAC On Ramp IV
ID: FA865625RB001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8656 AFLCMC EBXEGLIN AFB, FL, 32542-6883, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

MISCELLANEOUS AMMUNITION (1395)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Enterprise-Wide Agile Acquisition Contract (EWAAC) On Ramp IV, aimed at rapidly acquiring air armament-related program requirements through the PEO Weapons portfolio. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract will facilitate the procurement of innovative technologies and services essential for the development of advanced weapon systems, emphasizing agile processes and digital engineering capabilities. The contract has a maximum value of $46 billion and will allow for multiple awards, with proposals due by 4:00 PM CDT on November 25, 2024. Interested contractors should direct inquiries to Anndrea Geebro at anndrea.geebro@us.af.mil or Cameron White at cameron.white.8@us.af.mil, and are encouraged to submit proposals early to ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Enterprise-Wide Agile Acquisition Contract (EWAAC) at Eglin AFB, FL, aims to enhance the U.S. Air Force's capacity for rapid development of advanced weapon systems. The contract focuses on innovative technologies and streamlined processes across all lifecycle phases, including research, development, testing, and fielding of weapon systems. It emphasizes the integration of digital engineering, agile processes, and open systems architecture to accelerate capabilities delivery to the warfighter. Key objectives include delivering faster and more agile solutions, supporting the development of weapon concepts, and utilizing technologies in propulsion, sensors, and analytics. The EWAAC encourages collaboration within a proposed Innovation Hub for research and development, enabling integration of new technologies while ensuring production and operational support. The document outlines security considerations regarding contractor clearances and establishes the government’s rights to technical data and software, emphasizing the importance of a trusted digital environment and adherence to established governmental architectures. As a result, EWAAC positions itself as a comprehensive framework for evolving the U.S. Air Force's armament capabilities effectively and efficiently while maintaining a rigorous focus on innovation and performance.
    The document outlines the solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) Enterprise-Wide Agile Acquisition Contract (EWAAC) aimed at rapidly acquiring air armament-related program requirements through PEO Weapons. It emphasizes that no contract awards will be made without available funding and details the submission instructions for proposals through the EWAAC Portal by a specified deadline. The solicitation includes the requirements for various proposal volumes, such as administrative submissions, technical proficiency, cost proposals, and a small business subcontracting plan. It highlights the importance of compliance with federal acquisition regulations and the need for a clear Organizational Conflict of Interest (OCI) mitigation plan. Contractors supplying proposals must demonstrate expertise in areas like Digital Engineering and Agile Processes. Overall, the solicitation aims to establish a competitive framework for contractors to address the government’s needs in weapons program development while ensuring compliance with regulations, budget considerations, and operational capabilities.
    The document outlines the evaluation factors for awarding contracts under solicitation FA865625RB001, using a Lowest Price Technically Acceptable (LPTA) source selection process per federal acquisition regulations. The government aims to award multiple contracts, potentially 30 to 60, focusing on compliance with technical, management, and pricing criteria. Proposals must demonstrate acceptable capabilities in Digital Trinity areas and armament/weapon development, with an emphasis on agile processes, technical proficiency, and innovative solutions. Offerors must submit proposals via the Enterprise-Wide Agile Acquisition Contract (EWAAC) Portal. The evaluation encompasses two main factors: technical management proficiency (including digital engineering and agile processes) and cost/price assessments, where proposed costs must align with government expectations. The Small Business Subcontracting Plan will also be evaluated for compliance and proposed utilization of various small business categories. Offerors are encouraged to submit proposals early, with awards planned for $1,000 for a mandatory post-award conference. This conference aims to establish contractual relationships and clarify the government's goals and digital initiatives, underlining the necessity for all responses to adhere to solicitation requirements, ensuring eligibility for contract awarding.
    The document outlines the requirements for submitting an Organizational Conflict of Interest (OCI) Mitigation Plan in response to federal RFPs. It highlights the necessity of demonstrating the ability to identify and manage OCI situations to ensure eligibility for contract awards. The checklist includes key elements such as a corporate commitment statement, organizational structure descriptions, and oversight responsibilities. The plan must also define terms and acronyms and detail training procedures for employees regarding OCI awareness and compliance. Key components require documentation maintenance processes, annual audits, and training completion records. Furthermore, identification of existing and potential OCI situations, along with proposed mitigation strategies, is essential. The purpose of the OCI Mitigation Plan is to assure contracting officials of the contractor's proactive approach to manage potential conflicts, preserving the integrity of the acquisition process. This structured approach emphasizes the importance of compliance, effective communication of any changes in OCI status, and adherence to pre-established corporate policies.
    The EWAAC Portal On-Ramp Instructions provide a step-by-step guide for vendors to register and submit applications via the new EWAAC vendor portal, designed to streamline the solicitation process for federal grants and RFPs. The registration process includes creating an account on the portal, confirming an email address, and employing two-factor authentication using Google or Microsoft Authenticator. Vendors are then guided to enter their company information and proceed to the On-Ramp process, where they can complete the submission details. The instructions include hyperlinks for additional assistance and clarify that edits to submitted packages are permitted until the RFP closes. This portal emphasizes a secure and efficient method for industry stakeholders to engage with government solicitations.
    The document is a solicitation for the Eglin Wide Agile Acquisition Contract (EWAAC), specifically Contract FA865625RB001, which facilitates rapid acquisition of innovative technologies for the U.S. Air Force's armament development. It details requirements for various supplies and services with an emphasis on the ability to quickly respond to weapon system needs across all lifecycle phases. The contract is Indefinite Delivery/Indefinite Quantity (IDIQ) with a minimum order amount of $1,000 and a maximum of $46 billion. Key components include firm fixed pricing for end items, travel reimbursement per federal regulations, and delivery specifications. Special requirements address organizational conflicts of interest (OCI) to ensure impartiality and avoid unfair competitive advantages. The document outlines procedures for bid submissions, evaluation factors, contract clauses, and payment instructions, including the integration of non-governmental advisors for proposal evaluation. This solicitation serves as a comprehensive guide for potential contractors to understand the scope, regulations, and contractual obligations to effectively support the Air Force in developing advanced weaponry solutions.
    Lifecycle
    Title
    Type
    EWAAC On Ramp IV
    Currently viewing
    Solicitation
    Similar Opportunities
    Missile Warning, Missile Defense, and Space Domain Awareness IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in missile warning and defense, as well as space domain awareness, which are critical for national security and defense operations. The formal solicitation is expected to be released by October 12, 2024, with a pre-proposal conference scheduled for October 22, followed by a classified document review on October 23-24, 2024, requiring security clearance verification. Interested vendors should ensure they maintain an active Joint Certification Program (JCP) status and complete the necessary documentation to access sensitive information, and they can direct inquiries to Steven Dyer at steven.dyer.5@spaceforce.mil or Alexandra McDonald at alexandra.mcdonald.4@us.af.mil.
    Avionics Intermediate Shop Systems Support
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Systems Support contract, aimed at sustaining Automatic Test Equipment (ATE) components critical for the operational capability of avionics systems worldwide. The procurement focuses on engineering services necessary for maintaining ATE Full Mission Capability in support of the F-16 weapon system, which is vital for the health of avionics testing stations utilized by the U.S. Air Force and allied nations. The contract performance period is set to begin on January 1, 2025, with an option to extend through February 28, 2026, and interested contractors must submit their proposals by the deadline of November 8, 2024. For further inquiries, potential bidders can contact Heidi Hodgson at heidi.hodgson@us.af.mil or Christian Barwick at Christian.Barwick@us.af.mil.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to commence on April 1, 2026. The procurement aims to develop an acquisition strategy for operation and maintenance services supporting military aerospace equipment and weapons testing, including services at Eglin Test & Training Complex and potentially other associated facilities. This contract is critical for ensuring operational readiness and support for research, development, test, and evaluation missions, with a possible term of up to 10 years. Interested parties are encouraged to submit their responses to the draft Request for Proposal (RFP) by 1600 CST on November 27, 2024, to the primary contact, Ronald Wilson, at ronald.wilson.22@us.af.mil.
    WE&C Proposed Ordering Period Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is proposing a 12-month extension of the ordering period for the existing Worldwide Engineering and Construction (WE&C) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts. This extension, which will run from February 28, 2025, to February 27, 2026, is necessary to address the Air Force's Facilities, Sustainment, Restoration, and Modernization (FSRM) needs, which exceed $50 million for various projects both domestically and overseas. The extension is critical for maintaining contract capacity until the follow-on Comprehensive Construction & Engineering (C2E) contract is awarded, at which point new WE&C requirements will transition to the C2E framework. Interested contractors are encouraged to review the attached Request for Information (RFI) and provide feedback by November 6, 2024, with inquiries directed to David M. Foote, Contracting Officer, at david.foote.2@us.af.mil, or Monica Gallegos, Contract Specialist, at monica.gallegos@us.af.mil.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing critical support for the F-16 avionics systems. The contractor will be responsible for systems integration, technical services, and sustainment activities to ensure operational readiness and reliability of avionics testing systems utilized by the U.S. Air Force and allied forces. This initiative is vital for maintaining mission capabilities and addressing obsolescence issues within the avionics systems, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties should direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or Shauna Vanderschaaf at shauna.vanderschaaf@us.af.mil, with a deadline for questions set for October 1, 2024, and proposal submissions due by November 15, 2024.
    Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST)
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Trusted and Elastic Military Platforms and Electronic Warfare System Technologies (TEMPEST) program. This initiative aims to investigate and develop methodologies, tools, and technologies to enhance the cybersecurity and operational capabilities of avionics systems, particularly in multi-domain environments, while addressing vulnerabilities and protecting against cyber threats. The program is critical for advancing the Air Force's technological capabilities in military avionics and includes a total estimated funding of up to $808 million, with contract awards ranging from $1 million to $200 million. Interested parties should submit white papers and proposals by October 11, 2024, and can contact Timothy Matelski at timothy.matelski@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil for further information.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, specifically targeting RTX Corporation as the sole source provider. This contract, anticipated to span twenty years with a maximum value of $50 billion, will cover Depot Level Repairable (DLR) consumable items, including hardware, software, and various logistics and maintenance services essential for the support of RTX systems. The contract is expected to be awarded no later than March 25, 2025, with pricing established through individual subsumable contracts, and interested parties can direct inquiries to Johnna Bursk or Marley Joyner via their provided emails.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    DEPARTMENT OF THE AIR FORCE STRATEGIC TRANSFORMATION SUPPORT (DAFSTS II) FOLLOW-ON RFP
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the Strategic Transformation Support (DAFSTS II) initiative, which aims to establish a multi-award indefinite delivery/indefinite quantity (IDIQ) contract over a five-year period. This procurement seeks to provide Advisory and Assistance Services (A&AS) and Professional Services to enhance the operational efficiency and effectiveness of the Department of the Air Force and other federal agencies through strategic transformation initiatives. The contract is structured into two tiers, with Tier 1 targeting vendors with experience in Fortune 50 companies and Tier 2 focusing on those with Fortune 200 experience, emphasizing the importance of corporate experience in addressing complex challenges. Interested parties must submit their proposals by November 22, 2024, at 1:00 PM, and can direct inquiries to the primary contact, AFSTS Org Box, at afdw.pkpks.afsts@us.af.mil. The total ceiling for this contract is set at $3.75 billion.
    Automatic Test Systems Acquisition - I (ATSA-I)
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for the Automatic Test Systems Acquisition - I (ATSA-I) to establish Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement aims to support the lifecycle of various Automatic Test Systems (ATS) utilized by the U.S. Air Force and allied forces, focusing on areas such as sustainment, integration, and digital engineering. The total contract value is estimated at $980 million over a ten-year period, with proposals due by November 8, 2024, at 3:30 PM EST. Interested parties can direct inquiries to Sandra E. Harvey or Jonathan R. Riggins via their provided email addresses.