Advisory Support & Technical Requirement Administration (ASTRA)
ID: MABMAL2024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Advisory and Assistance Services (A&AS) for the National Air and Space Intelligence Center (NASIC) at Wright-Patterson AFB, Ohio. The procurement aims to support various intelligence analysis missions, including air, space, cyberspace, and missile operations, requiring expertise in areas such as Electro-Optical technologies, data science, and program management. This initiative is critical for enhancing the operational capabilities of the U.S. Air Force and Department of Defense, with a projected contract structure of a Multi-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at an estimated ceiling of $480 million over a five-year period. Interested parties must submit their capabilities documentation by 1400 ET on December 4, 2024, and can direct inquiries to Meredith Budding at meredith.budding@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum from the Department of the Air Force discusses the procurement process for the Advisory Support and Technical Requirement Administration (ASTRA) project. The government confirms that the project will be a partial small business set-aside, awarded as a multiple award IDIQ under NAICS 541330, with a five-year performance period and a total estimated ceiling value of $480 million. Currently, the government is in the market research phase and has not yet released a solicitation; interested contractors are advised to monitor SAM.gov for updates. Although the follow-on contract will succeed the current one held by Riverside Research, which ends in Q3 or Q4 of FY2027, there is an anticipated award timeframe in 2025. The memorandum provides clarity on key elements of the procurement process, reinforcing the government’s engagement with industry stakeholders while navigating the complexities of the solicitation timeline.
    The Department of the Air Force is extending the response deadline for the ASTRA Sources Sought Posting to 1400ET on December 4, 2024. This memorandum, addressed to interested contractors, indicates the government’s intention to gather information from various entities regarding technical requirements for advisory support. The extension of the response due date suggests the government seeks greater participant input in the procurement process, ensuring a competitive and comprehensive approach to fulfilling its needs. The memorandum does not provide specific details regarding the subject effort but is part of standard protocols in the solicitation and procurement cycle, reflecting the government’s commitment to engaging with potential contractors in its operational planning.
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), issued a memorandum on December 17, 2024, addressing inquiries from contractors regarding the Advisory Support and Technical Requirement Administration (ASTRA) initiative. The government has confirmed that further details regarding the current contract, including the existence of any incumbents, can be found in a referenced document. It is highlighted that the procurement process is currently in the market research phase and interested contractors are encouraged to monitor sam.gov for updates about the Request for Proposal (RFP) release timeline. This memorandum serves to clarify contractor questions while facilitating transparency in the bidding process for the ASTRA initiative, reinforcing the government's commitment to engage with the industry effectively.
    The Department of the Air Force, through the National Air & Space Intelligence Center, is organizing an Industry Day where companies can send up to four individuals with Secret Collateral Clearances. Participants will engage in 45-minute one-on-one sessions commencing with introductions and receiving feedback on Requests for Information (RFI) from the Government. The feedback will focus solely on the company’s submissions, without competitor discussions. Written notes during the session are permitted but must adhere to security regulations; however, no hard copies of the RFI results will be distributed. Companies may clarify RFI-related questions but cannot contest evaluation outcomes. The Government will not pre-distribute questions, and all pertinent inquiries will be later posted publicly on sam.gov, maintaining anonymity for the query sources. Schedule notifications for the sessions will be communicated by a Government representative by 10:00 AM EST on February 28, 2025. This initiative aims to facilitate clear communication and feedback on the RFI process in a structured and secure environment, ultimately fostering industry collaboration in defense-related procurements.
    The Department of the Air Force will hold an Industry Day on March 3, 2025, at the National Air & Space Intelligence Center (NASIC) to discuss the Advisory Support and Technical Requirement Administration (ASTRA) requirement. This event, part of ongoing market research, is designed to engage with contractors and gather insights to support future acquisition strategies. Interested companies must register by February 26, 2025, and can bring up to four Secret Collateral Cleared representatives. One-on-one sessions will follow the main meeting for tailored discussions about each company’s qualifications. Participation is open even if the company did not respond to a previous Request for Information (RFI). It's important to note that this Industry Day is not a solicitation or invitation to bid, and the government will not reimburse participants for costs. Companies should submit feedback or questions to designated contacts by the specified deadline. Overall, the Industry Day aims to facilitate communication between the government and industry, assisting in refining the requirements before any potential future solicitations.
    The Department of the Air Force, through the Air Force Life Cycle Management Center, has issued a memorandum to interested contractors regarding the status of the Advisory Support and Technical Requirement Administration (ASTRA). As of February 6, 2025, the government is currently in the market research phase for this requirement. They emphasize that updates will be provided as developments occur. This memorandum indicates a preliminary stage in the procurement process, where the government seeks to gather information before moving toward a formal request for proposals (RFP) or further procurement actions. Contractors are expected to remain engaged and informed about forthcoming details concerning ASTRA.
    The ASTRA NASIC A&AS Support Sources Sought document is a request for market research to identify potential contractors with the expertise to fulfill advisory and assistance services for the National Air and Space Intelligence Center (NASIC) at Wright-Patterson AFB, OH. The focus is on supporting NASIC's requirements as outlined in the attached draft Performance Work Statement (PWS). The government seeks responses from both large and small businesses, particularly encouraging small businesses to detail their capabilities regarding the requirements listed in the draft PWS. Key points include the anticipated structure of a Multi-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a five-year ordering period, an estimated ceiling of $480 million, and a firm-fixed-price or cost-plus-fixed-fee contract type. The document specifies the type of experience required, including knowledge in areas such as Electro-Optical technologies, data science, AI, program management, and security clearances. Interested companies must provide detailed capability documentation and adhere to strict requirements to ensure compliance with federal acquisition regulations. The submission deadline for market engagement responses is 29 November 2024.
    The National Air and Space Intelligence Center (NASIC) seeks Advisory and Assistance Services (A&AS) for research, development, and sustainment of hardware, systems, and software for U.S. Air Force and Department of Defense operations. The Scope of Work encompasses various missions including air, space, cyberspace, missile, and forces, requiring geospatial, measurement and signature, signals, human, open-source, and technical intelligence analysis. The contractor must provide independent support in project and task management, technical support for intelligence production, and conduct modeling, simulation, and independent verification. Key personnel will require Top Secret clearance, and the contractor must adhere to security protocols including protection of sensitive information and compliance with the Federal Acquisition Regulation. Work will primarily take place at Wright-Patterson AFB and may include CONUS and OCONUS travel. Quality management will be essential, with periodic performance reviews ensuring adherence to established performance standards. The five-year Indefinite Delivery/Indefinite Quantity contract structure allows for task orders to define specific requirements and schedules.
    The ASTRA Industry Days, scheduled from March 3 to March 6, 2025, aims to facilitate discussions between government entities and various companies. The event includes a structured daily schedule featuring briefings from government representatives (A8C/PZ, GS, GX, and A4/6) and company presentations from multiple organizations. Each day begins with a preparation period for participants to check in and ends with open discussions and team dismissals. Attendees will have opportunities to engage with 25 different companies that present their capabilities and offerings, interspersed with breaks and dedicated time for Q&A sessions. The overarching purpose is to foster collaboration and communication between industry and government, likely linked to upcoming federal and state RFPs and grants. The event serves as a platform for acquiring insights from industry leaders, which could inform future government contracts and initiatives. Overall, ASTRA Industry Days is a significant event designed to promote strategic partnerships between the federal system and the private sector within the context of procurement and funding opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ADVANCED FRAMEWORK FOR SIMULATION, INTEGRATION, AND MODELING FOR THE GREATER ENTERPRISE (AFSIM FORGE)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE) project. This initiative aims to enhance the AFSIM, a critical military simulation framework, by scaling it as an enterprise capability and fostering a community of users while ensuring compliance with stringent security protocols due to the sensitive nature of the information involved. The project is vital for improving military analysis and operational planning, with proposals due by March 10, 2025, and an "Intent to Propose" required by February 21, 2025. Interested contractors should contact Megan Rosebeck at Megan.Rosenbeck@us.af.mil or Logan Hartley at logan.hartley@us.af.mil for further details.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing essential strategic planning and policy support services to U.S. Central Command (USCENTCOM). The procurement seeks non-personal services that include program management, analytical support, logistics, and communication synchronization, requiring contractors to possess specialized personnel with significant planning experience and appropriate security clearances. This initiative underscores the importance of maintaining operational effectiveness and strategic alignment within military operations, with a total contract value capped at $750 million over a base year and four optional years. Interested small businesses, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms, must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil.
    WPAFB Commercial Internet and Cable Television (CATV) Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals from small businesses for commercial internet and cable television (CATV) services at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed-Price contract that includes tiered internet services with minimum speed requirements and CATV services offering multiple programming options, essential for supporting military operations and maintaining quality of life on the base. Interested vendors must submit their proposals by March 3, 2025, with all submissions adhering to specific formatting and evaluation criteria outlined in the solicitation documents. For further inquiries, potential offerors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.
    Data and Analytic Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Data and Analytic Services through a Sources Sought notice. The objective of this procurement is to identify qualified vendors capable of providing specialized management consulting services, particularly in the realm of mathematical and statistical analysis. These services are crucial for supporting various defense initiatives and enhancing decision-making processes within the department. Interested parties can reach out to Agatha Hebbe at agatha.hebbe@us.af.mil or Christina Fernandez at christina.fernandez@us.af.mil for further information regarding this opportunity.
    Request For Information for Fiscal Year (FY) 26 Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for the provision of Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) services utilizing Unmanned Aircraft Systems (UAS) for Fiscal Year 2026. The procurement aims to gather insights on capabilities and solutions that can enhance ISR operations, which are critical for national security and military effectiveness. This opportunity falls under the NAICS code 541370, focusing on Surveying and Mapping Services, and is categorized under PSC code L015 for technical representation related to aircraft and airframe structural components. Interested parties are encouraged to reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information.
    TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking responses for the TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete, aimed at enhancing research and development in test and evaluation technologies for ranges, armaments, and spectrum. This procurement is focused on gathering information to support the development of advanced technologies that are critical for national defense and military operations. The place of performance for this contract will be in Middleton, Florida, and interested parties can reach out to primary contact Zachary Schultz at Zachary.Schultz.7@us.af.mil or by phone at 850-882-0206, or secondary contact Steven Fletcher at steven.fletcher.21@us.af.mil or 478-919-4560 for further details.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base in California. This procurement aims to enhance various infrastructure aspects at the base, with a total funding ceiling of $525 million, allowing for the award of up to five firm-fixed price task orders ranging from $2,000 to $25 million. The contract is specifically set aside for participants of the 8(a) Business Development program, emphasizing the government's commitment to engaging small businesses in federal contracting opportunities. Interested contractors must submit their proposals by September 30, 2025, and can direct inquiries to Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil for further information.
    Proficio Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the maintenance of Proficio software. This procurement aims to ensure the continued functionality and support of the software, which is critical for various applications within the Air Force's operations. The maintenance services will be performed at Wright Patterson Air Force Base in Ohio, highlighting the importance of reliable software solutions in military applications. Interested parties can reach out to Alyssa Yetzke at alyssa.yetzke@us.af.mil or call 937-656-5828 for further details regarding this opportunity.
    T-38 Avionics Sustainment and Support Program
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for the T-38 Avionics Sustainment and Support Program (ASSP), which involves Contractor Logistics Support (CLS) for approximately 442 T-38C aircraft across multiple bases. The contractor will be responsible for a range of services including supply chain management, systems engineering, hardware and software upgrades, and courseware maintenance, ensuring the avionics systems remain operational for various U.S. Air Force training programs. This program is critical for maintaining the readiness and operational capability of the T-38C aircraft, which are used for pilot training and flight test programs. The anticipated contract will be awarded as a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued up to $900 million, with a performance period from January 2026 to January 2036, and proposals are expected to be submitted electronically in response to the solicitation anticipated to be posted in December 2024. Interested parties can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416 for further information.
    MULTI-SOURCE, MULTI-DOMAIN DATA EXPLOITATION FOR BATTLESPACE AWARENESS AND DECISION SUPPORT
    Buyer not available
    The Department of the Air Force is issuing a Broad Agency Announcement (BAA) titled "Multi-Source, Multi-Domain Data Exploitation for Battlespace Awareness and Decision Support" (BAA Number: FA8750-21-S-7004). This initiative seeks innovative technology solutions that enhance battlespace awareness through the processing and exploitation of multi-source, multi-domain data, leveraging non-traditional software development methodologies and DevSecOps practices. The BAA is critical for advancing military operations by improving decision support capabilities and ensuring compliance with federal regulations, with an estimated funding of approximately $49 million allocated for awards ranging from $500,000 to $5 million over a duration of up to 48 months. Interested parties must submit white papers electronically by January 30, 2026, and can direct inquiries to Carolyn Sheaff at Carolyn.Sheaff@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.