Search Contract Opportunities

Air Force DCGS Requirements Support Services (ADReSS)

ID: FA8527-21-R-0013 • Type: Sources Sought

Description

Posted: Nov. 2, 2021, 2:25 p.m. EDT

Air Force Distributed Common Ground System (AF DCGS) Requirements Supports Services (ADReSS)

CAUTION:

This Sources Sought Synopsis (SSS) is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements to fulfill the capabilities and services identified below in support of the missions and operations carried out by Air Force Distributed Common Ground Systems (AF DCGS) personnel. Contractors/institutions responding to this SSS are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse any participants for any expenses associated with their participation in this survey.

Instructions:

Below is a description of the ADReSS effort and a Contractor Capability Survey.

If, after reviewing these documents, you desire to participate in the SSS, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience and/or capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)

Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

Both large and small businesses are encouraged to participate in this SSS. Joint ventures or teaming arrangements are encouraged.

Questions relative to this SSS should be addressed to the Points of Contact (POCs) identified below in paragraph 6.

Respondents should respond to the questions in Section 2 in a single whitepaper due no later than Wednesday, March 24, 2021, 1530 EDT. The response should be single-spaced, 10-point size, on 8.5 x 11 page size. Page limits should not exceed 20 pages. Any supporting figures, tables, diagrams, or multimedia may be provided as attachments. All SSS submissions shall be provided in Microsoft Office 2010 compatible format and emailed to the Procurement Contracting Officer (PCO), Ivan Jones at ivan.jones.2@us.af.mil as well as the ADReSS project manager, 1st Lt David Noland at david.noland@us.af.mil.

If submitting company Proprietary Information, please make sure it is CLEARLY MARKED. All submissions will not be returned. All Proprietary Information will be segregated by the Government and protected. To aid the Government in protecting Proprietary Information, please segregate Proprietary Information to the maximum extent possible.

Questions regarding this SSS shall be submitted by e-mail to the aforementioned PCO and Contract Specialists. The Government does not guarantee that questions received after 24 March 2021 will be answered. Questions and answers (Q&A's) pertinent to the larger community will be posted on the beta.sam.gov website.

Advisory and Assistance Services (A&AS) and Federally Funded Research and Development Center (FFRDC) contractors may be reviewing data submitted in response to this SSS; respective A&AS and FFRDC employees have standard Non-Disclosure Agreements available to the cognizant Government contracting offices.

Purpose

The AF DCGS Program Office (AFLCMC/HBGB) is conducting a SSS to identify potential sources and the level of competition that can provide the services and capabilities identified below.

Note. THIS IS A SOURCES SOUGHT SYNOPSIS (SSS) to identify sources that may be able to provide the capabilities identified within this document. The information provided in the SSS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the capabilities/services discussed, and release of this SSS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions to this request will become Government property and will not be returned.

Description

AF DCGS is the Air Force's primary Intelligence, Surveillance, and Reconnaissance (ISR) planning and direction, collection, processing and exploitation, analysis and dissemination weapon system. The weapon system employs a global communications architecture that connects multiple intelligence platforms and sensors. It may be in the Governments best interest to create a multi-year/multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle to manage the development and integration of new capabilities for the weapon system. ADReSS will employ performance based metrics and a capability based approach to leverage industry best practices and expertise to enable AF DCGS technologies and maximize performance.

The purpose of the ADReSS effort is to acquire the services required to enable and support the research, development, and integration of new technologies supporting Geospatial Intelligence (GEOINT), Multi-INT, and Signals Intelligence (SIGINT) capabilities for the Air Force Distributed Common Ground System (AF DCGS).

The objectives of the AF DCGS Program Office and the ADReSS project are to:

Rapidly Deliver Capability to the Warfighter through the development of an Open Architecture, Government Ownership, System Agnostic Applications, Hybrid Cloud, Modernization of ELINT workflow and user interface, an finally linking with emerging NGA, National, and commercial Imagery

Rapidly integrate new data sources and improve data quality through enabling access to additional data sources such as new/upgraded sensors, Cyber Intelligence Surveillance and Reconnaissance (ISR), Overhead Persistent Infrared (OPIR), Operational Reconnaissance (OPSRECCE), Space, and Publically Available information. Improve synchronization of DCGS Process, Exploitation, and Dissemination (PED) through the development of new/updated capabilities for the platform, sensors. Also the implementation of standards and Meta Data Tagging

Create a robust data discover and information sharing environment through increased enterprise communication capability, a flexible coalition environment, access to national mission partner (NMP) tools, enterprise storage, cross domain communication, and a common data fabric

Deliver Multi-INT analysis, machine learning, and artificial intelligence capabilities through the development of applications and services to support problem-centric analysis, leveraging Intel Community Partner tools/capabilities as well as Commercial and government off-the-shelf analytics. Building a structured observation management, object based production, forensics, algorithmic warfare, machine learning, and artificial intelligence. Furthermore optimize analytical environment (real-time and content driven) through the integration of Cyber ISR, OPSRECCE, Space, OPIR, and Publically Available information.

Build a more effective and efficient weapon system while lowering the cost of ownership/sustainment through the centralization of specialized processing, consolidating enterprise services, virtualization, hub-based and on-demand data access. Linking with emerging NGA, national and commercial imagery architectures. Expanding intelligence community and commercial cloud usage, real time system health and status awareness/insight. Enable remote software change management, maintenance, and upgrade

Improve the cyber resiliency and robustness of the weapon system through the structured application of the application of the SAFe Agile and Risk Management Framework (RMF) practices and processes while increasing resiliency, real time system and network assessment, responsive patching and cyber protection, and ensuring valid and current accreditations.

Contractor Capability Survey

Part I: Business Information

The Government seeks to understand the capabilities of industry and the level of competition/interest present for this effort. All interested contractors must be registered in System for Award Management (SAM) in order to be eligible for award of Government contracts. Specifically, the Government is soliciting industry for responses to the following:

Please provide the following business information for your company and for any teaming or joint venture partners:

Company Name

Address

Point of Contact

CAGE Code

Phone Number

E-mail Address

Web Page URL

Based on the North American Industry Classification System (NAICS) Codes and size standards in the chart below:, state whether your company is:

Small Business (Yes/ No)

Woman Owned Small Business (Yes/ No)

Small Disadvantaged Business (Yes/ No)

8(a) Certified (Yes/ No)

HUBZone Certified (Yes/ No) Veteran Owned Small Business (Yes/ No)

Service-Disabled Veteran-Owned Small Business (Yes/ No)

System for Award Management (SAM) (Yes/ No)

NAICS

Description

Size Standard in dollars

Size Standard Employees

518210

Data Processing, Housing, and Related Services

$ 35.0 Million

519190

All Other Information Services

$30.0 Million

541330

Engineering Services

$16.5 Million

541690

Other Scientific and Technical Consulting Services

$16.5 Million

541715

Research and Development in Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology

1,000

541990

All Other Professional, Scientific, and Technical Services

$16.5 Million

Part II: Capability Survey Questions

1. Please provide a brief overview and history of your company and experience in working with the intelligence community and the Government.

2. The Government is considering the use of NAICS codes above. Based on this do you consider the code a good fit of the type of work described? What would the size of your business be under this NAICS Code?

3. The Government is considering full and open competition. Are you likely to consider participating in future acquisition events as the prime for this effort? Under FAR 19.502, the Government may consider a small business set-aside, will your organization still be eligible as a prime? If you are a large business, how likely would you consider teaming with a small business?

4. The Government is seeking to structure this effort as a multiple-award contract to support our transition to Open Architecture. This may require coordination and cooperation among various contractors to achieve the Government's objectives. What are your organization's experience in collaborating with other contracted agencies and building Associate Contractor Agreements (ACA)? Would this be something your organization is willing to pursue? Do you foresee any issues or concerns with this consideration?

5. The AF DCGS community is a dynamic and rapidly changing environment. In order to keep up with the requirements of the user, the Government is seeking to structure this effort for rapid completion of contracting actions. Two areas that are currently being looked at are proposal timelines for delivery/task orders of thirty (30) days or less and the delivery of Rough Order of Magnitudes (ROMs) in ten (10 days or less. Would your organization be able to support this quick pace? Do you see any problems or concerns with our methodology/goals?

6. The Government is looking to structure a studies and quick reactions element to this contracting effort. The studies element would allow for the assessment of potential technologies and capabilities as solutions or potential to improve the AF DCGS Weapon System. The quick reactions element would set up clauses to enable quick and decisive actions for the correction of critical and time sensitive issues on the weapons systems. Does your organization have any experience in conducting Studies and Quick Reaction? Is this an area your company would be interested in supporting?

7. AF DCGS utilizes an AGILE methodology for software development following Continuous Integration, Continuous Delivery (CI/CD) for mission application to enhance existing systems and develop new systems using emerging technologies. What is your organization's experience in AGILE software development?

8. The AF DCGS is transitioning to an Open Architecture (OA) system based on enterprise-class Commercial off the Shelf (COTS) physical and virtual infrastructure and COTS Enterprise Services Segment (ESS) to achieve a weapon system that is flexible, modular, and can accommodate the rapidly changing pace of technology, capabilities, and needs of the users. This open architecture will be integrated into all facets of the weapon system. What is your organization's experience in working with converged/hyper-converged COTS servers, storage, and networking equipment? What is your experience in working with virtualization tools, automated deployments, containerization, multiple database configurations, and cloud-ready software applications? What is your experience in working with cross-domain solutions? Do you foresee any problems or constraints in working with an OA or Cloud system?

9. The Government utilizes cloud computing for the U.S. IC (C2S), GovCloud and private cloud to support development of operation capabilities. What is your organizations experience in cloud computing? Does your organization have experience in the following for cloud orchestration?

a. Redhat cloud forms

b. VMware, vRealize Automation (vRA)

c. vRealize Orchestrator (vRO)

d. Amazon Elastic Container Service (ECS)

e. Amazon Elastic Kubernetes Service (EKS)

10. The Government utilizes the Risk Management Framework (RMF) methodology IAW NIST 800-53 and DoDI 8500.01 to handle and address Cybersecurity within our weapons systems. What experience does your organization have with RMF? Please detail your organization's expertise and certifications with regards to cybersecurity.

11. AF DCGS operates frequently in a SECRET and TOP SECRET environment. Please describe your organizations capabilities and experiences in handling, processing, and storing SECRET and TOP SECRET information. Do any personnel within your organization currently possess a SECRET or TOP SECRET clearance?

12. What experience does your organization have with obtaining privilege access to the National Mission Partner (NMP) network. Do any personnel in your organization currently possess or have the ability to possess this access?

13. The Government is planning to include installation and configuration of developed technologies/software as part of the ADReSS contract. These services would include the fielding, upgrade, movement, installation, and decommission of information technology within the AF DCGS weapon system. What is your organizations experience in the activities above? Is your organization capable of deploying teams across the US and various overseas locations to accomplish these activities?

14. Does your organization or company provide any hardware or software warranties for your products/work? Would your organization be willing to provide any examples of what is usually covered and a duration of the warranty? If your organization does not offer a warranties, would it be something that would be considered?

15. The Government is planning to host an industry day following the review of SSS submissions. Would your organization be interested in attending the industry day? Would you be interested in a one-on-one Q&A session?

ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort:

No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.

Amendment 1

This amendment herey provides the following clarification to to question 12 and corrects the language within the SSS as follows:

AF DCGS occasionally works with requirements and technology requiring Black Badge clearances. How familiar is your organization with Black Badge requirements? Does your organization currently possess or have possessed any Black Badge clearances?

For those with confusion to this question, we have been informed that the term Black Badge is no longer used. Instead it is known as privilege access on the National Mission Partner (NMP) network. This requires a TS/SCI (with a polygraph) that is then vetted through the privilege access at the NMP.

Amendment 2

This amendment hereby provides answers to the following questions received by industry:

Instructions:

  1. Please clarify response date. RFI references both March 22nd and March 24th
    1. Responses to the SSS are to be sent in before March 24th. This language was corrected in amendment 1.
  2. Are attachments (e.g., figures, tables, and diagrams, multimedia) included within the 20-page limit?
    1. Yes. Figures, tables, and diagrams are included in the 20-page limit. Fold-out pages are acceptable, but limited to 11 x14 .
  3. Are there file size or other limitation/restrictions for multimedia submissions?
    1. Multimedia submissions are allowed as a supplement to a complete document. Given the nature of the Government's current telework posture, total file size of any multimedia content should be limited to 25 megabytes.

Government Objectives

  1. Description, paragraph1: With regard to ADReSS employing performance based metrics, is the contractor expected to develop these metrics and the capabilities based approach, or will they be provided by the Government?
    1. The metrics will be provided by the government. Metrics will be at both the task order and overarching contract level. The government will provide the metrics during formal RFP and execution, but is currently open to suggestion on how to monitor performance.
  2. Description, paragraph 2: How does ADReSS differ in scope from ESP or PSI? Is one a subset of another? How are these three related?
    1. Currently, the government envisions 3 separate IDIQ contract vehicles. ESP and PSI will focus on sustainment and product support, while ADReSS will focus on new requirements and technology. There may be some minor overlap in PWS areas between the three, but individual task orders will have discreet focus.
  3. Description, paragraph 3: What services is the Government seeking to enable and support the research, development, and integration of new technologies supporting Geospatial Intelligence (GEOINT), Multi-INT, and Signals Intelligence (SIGINT) capabilities?
    1. The Government will be requesting various services from the Contractor that will enable the Government to deliver new state of the art IT technologies that assist with the overall delivery of GEOINT, SIGINT, and Multi-INT mission/capabilities to the warfighter. Services may include research and integrations studies/white papers, SW development, HW development, and product/capability testing and deployment support.
  4. Does ADReSS include any scope that was previously envisioned for DCGS PSI or DCGS ESP?
    1. See response to question #2
  5. With regard to the reference to "the ADReSS project, " is there a dedicated IPT?
    1. Yes, there is a government IPT for this effort.
  6. With regard to "The objectives of the AF DCGS Program Office and the ADReSS project ," is it envisioned that prime(s) on this contract vehicle will perform/implement vs. conduct "studies and Quick Reaction" for the following:

develop and modernize applications

migrate applications to the cloud -

integrate NGA, National, and commercial imagery

integrate sensors, cyber ISR, OPRI, OPSRECCE -

implement standards and Meta Data Tagging

upgrade communications, NMP tools, storage

develop machine learning and AI capabilities; forensics, algorithmic warfare

enable remote software change management, maintenance, and upgrades

centralize specialized processing;

implement virtualization, hub-based, and on-demand data access

provide cyber resiliency services

1. Yes, the goal of ADReSS is to provide a vehicle that allows for similar services as mentioned above.

Government Objectives Continued

  1. Objectives, bullet 2: Regarding "Cyber Intelligence Surveillance and Reconnaissance," does the AF have a mechanism today to facilitate the movement of intelligence gleaned from Cyber activities into the Open Architecture?
    1. Cyber Intelligence Surveillance and Reconnaissance capabilities are fairly new to the AF DCGS weapon system and continued work under the ADReSS effort would assist with facilitating lessons learned and taking full advantage of the cyber capability to support Open Architecture.
  2. Objectives, bullet 2: Regarding Cyber ISR linkages into the enterprise, is it the Government's intent to link the 35IS more formally with the AF DCGS weapon system?
    1. See response to question #1 (Govenment Objectives Continued)
  3. Objectives, bullet 3: Regarding "a flexible coalition environment," is the Government referring to BICES? If not, what coalition IT environment is being referenced?
    1. No, the Government is not referring to the BICES capability specifically but will eventually implement a collaborative environment with multiple ISR partners that increases efficiencies with sharing ISR data. The issue often encountered is that there is a substantial amount of ISR data already processed and in a usable end product but the data is stored in the data owner's environment which makes the data non-discoverable or extremely difficult to find. BICES could be a useful capability and the ADReSS contract would be utilized to research the best approach.
  4. Objectives, bullet 4: Does the term "algorithmic warfare" refer to AI/MAVEN?
    1. Algorithmic warfare refers to the use of artificial intelligence and machine learning that enables the warfighter to quickly build and develop intelligence products to various ISR customers. MAVEN is a capability that uses AI/ML capabilities.
  5. Has funding been associated with ADReSS contract? If so, how much?
    1. Not currently at liberty to discuss.
  6. What percentage of the TCV is estimated to be related to studies/quick reaction versus install/integration (and potentially other software development type scope)?
    1. There is not a specific target for this split.

Capability Survey

  1. Because OEMs do not enter into ACAs pre-award, a Letter of Intent (LoI) is more easily obtained. We recommend that the Government work with OEMs to ensure responsiveness to ACA and LoI requests. We also recommend that the Government provide a plug number for any tech data that will need to be priced in the proposal.
    1. We appreciate the input and will take this under advisement.
  2. If the scope of this contract includes "studies and quick reaction," as well as "installation and configuration" (per question 6 in Government Objectives Continued) and potentially other delivery work (as may be inferred by the listed objectives of the ADReSS project), will an OCI be created for the prime who is tasked with studies and quick reactions"? Would the Government consider creating separate tracks for studies versus implementation work? What parameters constitute a quick reaction?
    1. We understand the concerns regarding potential future OCI. The specific structure of ADReSS is still in work, but will take this OCI risk into account. Individual orders will delineate this further upon execution, and may include requirements to submit OCI mitigation plans. If a study/quick reaction requires a following order for implementation, all data from the study would be provided to the contractor for implementation.
  3. What is the highest level of classification required for this work?
    1. The highest classification will be TS/SCI. However, per the amendment, there may be instances in which privilege access is needed.
  4. Will the Government define "black badge" clearances?
    1. Clarification was provided via an SSS amendment 1 dated 8 March 2021.
  5. Would taskings to develop "studies and quick reactions" preclude a prime from installation and configuration?
    1. Not necessarily, and may have to be decided on an order basis. The Government would own all data developed as part of a study/quick reaction, and would provide that data to the winner of the installation/configuration order. If there is no competitive advantage provided, the study/quick reaction prime would be allowed to compete on the implementation.

General

  1. What's the projected procurement timeline?
    1. The Government anticipates an RFP release around early 2022. We also intend to release a draft RFP prior to that, with sufficient time for contractors to provide feedback and the Government to incorporate that feedback as appropriate.
  2. What is the role of ADReSS with advancing DCGS NEXTGEN, Sensing Grid, ABMS, and JADC2?
    1. ADReSS' primary goal/role in advancing the AF DCGS projects and platform as a whole is to serve as a the vehicle/launching point to streamline the award/execution of delivery/task orders to enable these new and evolving requirements
  3. Is it the intent for the Government to realign F3I-2 tasks to ADReSS?
    1. Currently, this is not the intent of ADReSS. However, if future research shows it as an effective possibility then yes.
  4. Is this SETA work?
    1. The ADReSS effort will include Systems Engineering and Technical Assistance (SETA) tasks in order to complete specific requirements requiring specialized engineering expertise to assist the Government. The intent of the ADReSS effort is not to be a program management office A&AS provider. The SETA support will be focused on highly technical requirements.
  5. What does the Government consider to be an OCI issue and will clear definitions be provided early in the acquisition process so that industry can provide mitigation plans or seek waivers?
    1. The Government is very aware of potential OCI issues, especially during execution of specific task/delivery orders. Contractors may be required to submit a broad OCI mitigation plan as part of the ADReSS prime RFP, in addition to a more specific plan when bidding on individual orders.
  6. Where will be the primary work locations?
    1. ADReSS will be managed at Robins AFB. Primary work locations may vary by order, and may include all DCGS sites (CONUS/OCONUS), contractor facilities, or other installations.

Additional Questions

1. Can the Government clarify/expand the following aspects of the ADReSS effort objectives: Rapidly Deliver Capability to the Warfighter through the development of an Open Architecture, Government Ownership, System Agnostic Applications, Hybrid Cloud, Modernization of ELINT workflow and user interface, and finally linking with emerging NGA, National, and commercial Imagery ; Specifically, what are the expected outcomes of this effort, and what does the Government plan to develop as part of this effort?

The goal of ADReSS is to provide a rapid contracting vehicle for AF DCGS to meet the changing needs and new requirements in these areas. There are currently no specific task orders. The RFP may include one or more sample tasks where contractors can provide their methodologies or potential solutions.

2. Can the Government clarify what is intended by Government Ownership ?

By Government ownership, we are discussing ownership of the data and the systems so that they remain flexible within our Open Architecture construct and dynamically changing operational environment.

3. Building a structured observation management, object based production, forensics, algorithmic warfare, machine learning, and artificial intelligence. ; Specifically, what does the Government intend to build?

Same answer as previously mentioned. The goal of ADReSS is to provide a rapid contracting vehicle for AF DCGS to meet the changing needs and new requirements in these areas. There are currently no specific orders. The RFP may include one or more sample tasks where contractors can provide their methodologies or potential solutions.

4. Expanding intelligence community and commercial cloud usual, real time system health and status awareness/insight. ; Specifically, what is meant by cloud usual ?

This is a typo. The language per that section is now updated to read cloud usage.

5. Can the Government expand what is meant by as price for this effort in Question 3 ( Are you likely to consider participating in future acquisition events as price for this effort? )?

This is a type. The language per that section is now updated to read prime.

6. Can the Government expand on the Studies and Quick Reactions elements referenced in Question 6?

The Government wishes to give further clarification during its industry day as to what Studies and Quick Reaction elements are considered for this acquisition.

7. AF - AF Material Command, AF DCGS - AF DCGS Support is listed as an opportunity on GSA Federal Systems Integration and Management Center (FEDSIM). Can the Government confirm whether that opportunity is related to this SSS or if the Government is collecting requirements and developing an additional solicitation related to AF DCGS?

This language is in reference to another AF DCGS solicitation. This will likely be another sustainment contract and has no bearing on this effort.

Amendment 3 - Industry Day Market Research Purposes

Interested parties are highly encouraged to attend the Robins' Command and Control Intelligence, Surveillance and Reconnaissance (C2ISR) ADReSS Industry Day that is scheduled for May 3, 2021 at 9:00am EST. Please see attached industry day invitation for further clarification.

Amendment 4 - Industry Day List of Attendees, Slides and Questions/Answers

This amendment hereby provides questions and answers to those interested parties that were interested and involved in the ADReSS Industry Day that was held on May 3rd, 2021. In addition to questions and answers, this amendment hereby provides the Industry Day Attendee List and Industry Day Slides.

Amendment 5 - Industry Day List of Attendees

This amendment hereby updates the list of attendees that were provided in Amendment 4.

Amendment 6 - Strategy Update

This amendment hereby provides the following update:

The Air Force Distributed Common Ground System Requirements Support Services (ADReSS) requirement will no longer purse the acquisition strategy as a stand-alone Multi-Award, Indefinite Delivery/Indefinite Quantity contract. Due to internal constraints, this effort will now be conducted utilizing FEDSIM support through the General Services Administration. This strategy will delay the intended industry day and ensuing Request for Proposal (RFP) release. 1st Lt. David Noland will continue to serve as the ADReSS focal point for the AF DCGS program office. All questions and communications regarding this annoucement and subsequent discussions shall go through the FEDSIM point of contact: Ms. Danielle Vansickle, danielle.vansickle@gsa.gov, 202-294-3084.

Posted: May 14, 2021, 1:14 p.m. EDT
Posted: May 13, 2021, 11:54 a.m. EDT
Posted: April 5, 2021, 3:38 p.m. EDT
Posted: March 11, 2021, 4:39 p.m. EST
Posted: March 8, 2021, 3:52 p.m. EST
Posted: Feb. 25, 2021, 11:34 a.m. EST

Overview

Response Deadline
March 24, 2022, 3:30 p.m. EDT (original: March 24, 2021, 3:30 p.m. EDT) Past Due
Posted
Feb. 25, 2021, 11:34 a.m. EST (updated: Nov. 2, 2021, 2:25 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
16%
On 2/25/21 AFLCMC Robins AFB issued Sources Sought FA8527-21-R-0013 for Air Force DCGS Requirements Support Services (ADReSS) due 3/24/22. The opportunity was issued full & open with NAICS 541990 and PSC R499.
Primary Contact
Name
1st Lieutenant David Noland
Phone
(775) 297-6555

Secondary Contact

Name
Ivan M. Jones   Profile
Phone
(478) 327-9876

Documents

Posted documents for Sources Sought FA8527-21-R-0013

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA8527-21-R-0013

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA8527-21-R-0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > BATTLE MANAGEMENT > FA8527 AFLCMC WIKA
FPDS Organization Code
5700-FA8527
Source Organization Code
500039774
Last Updated
Nov. 2, 2021
Last Updated By
ivan.jones.2@us.af.mil
Archive Date
March 25, 2022