Search Contract Opportunities

USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Request For Proposal (RFP)   3

ID: FA8629-25-R-B007 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 21, 2025, 11:16 a.m. EST
  1. The Government intends to award one commercial Indefinite Delivery/Indefinite Quantity (IDIQ) contract in accordance with FAR Part 12 and FAR Part 15 to the winning Offeror. This contract will have a five (5) year base ordering period with five (5) one one-year option periods. This acquisition will utilize a Tradeoff of Past Performance and Price (see FAR 15.3) to make an integrated assessment for the best overall offer, based upon an integrated assessment of Past Performance and Price among technically acceptable proposals. This is a competitive 8(a) set-aside source selection conducted in accordance with FAR subpart 19.8, DoD Source Selection Procedures dated 1 September 2022, AFFARS 5315.3, and AFFARS MP5315.3. Only eligible 8(a) Offerors will be considered for award.
  2. Interested parties are requested to provide a proposal in accordance with the requirements of this RFP.
  3. Background: The RDIF was initiated as an organic development capability within the Air Force Life Cycle Management Center (AFLCMC) for Air Force (AF) Irregular Warfare and command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) acquisition needs. This initiative established an AF aircraft development and prototype center of excellence, which does not supplant current test centers or processes. This initiative supports current reform initiatives and the current and future acquisition environment. It leverages existing Wright-Patterson AFB (WPAFB) infrastructure initially, then develops the capability over time.
  4. The Government reserves the right to evaluate proposals and award a contract without discussions with Offerors (except for clarifications as described in FAR 15.306(a)); therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with Offerors if the Source Selection Authority determines that discussions are necessary.
  5. This electronic posting consists of this letter, the RFP, and attachments. Please note that some attachments are embedded in the model contract and are also separately attached to the posting on the RFP website to help with readability, in which case they are not numbered on the RFP website. The Past Performance Information (PPI) Tool must be requested from the primary and secondary points of contact AS SOON AS POSSIBLE; it cannot be transmitted via https://sam.gov/. Please check the RFP website, https://sam.gov/, on a regular basis, for updates. Any amendments to the solicitation will be posted to the website.
  6. This RFP requires Offerors to identify any actual Organizational Conflict of Interest (OCI) or significant potential OCI issues IAW FAR subpart 9.5, as supplemented. OCI mitigation plans or a statement that no OCI exists shall accompany each proposal. Offerors and the awardee are responsible for immediately notifying the Contracting Officer (CO) should any potential OCI arise at any time prior to or after contract award.
  7. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
  8. This RFP is not authorization to begin performance and in no way obligates the Government for any costs incurred by the Offeror associated with developing a proposal. The Government reserves the right not to award a contract in response to this RFP. Prior to commencement of any activities associated with the performance of this requirement, the Government will issue a written directive or contractual document signed by the CO with appropriate consideration established. This will normally be done by execution of task orders issued to the winning contractor; in this case, the Government plans to award the first task order immediately after award of this IDIQ.
  9. This RFP specifies the solicitation provisions and contract clauses that are expected to be included in the award document.
  10. The Government anticipates that most employees performing work on this contract are covered by Service Contract Labor Standards (SCLS) provisions (as implemented by FAR 52.222-41). However, there may be some employees who are exempt if the employee meets the criteria specified in Department of Labor (DOL) regulation 29 CFR Part 541 for Executive, Professional, Administrative, or Computer-related occupations.
  11. This RFP requests that Offerors submit Past Performance no later than seven calendar days before the submission deadline. Offerors are also requested to instruct those completing Past Performance Questionnaires to submit them to the Government no later than seven calendar days before the submission deadline. See Section L for full instructions relating to early Past Performance submission.
  12. It is recommended that Offerors note the specific requirements for access to ITAR data. Submission of an adequate proposal will not be possible without access to ITAR data required for completion of the first task order; instructions are in Section M.
  13. In accordance with DAFFARS MP5332.7(a), Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
  14. Proposals are due by 4:00 PM Eastern Time on 01 December 2025. Submit proposals in accordance with Section L, Instructions to Offerors. LATE PROPOSALS WILL NOT BE ACCEPTED.
  15. Questions and Answers, Assumptions, and Exceptions: Offerors are cautioned that all communications are to be channeled through the Contracting Officer (CO) and Contract Specialist only. Any questions, whether technical or contractual in nature, shall be submitted in writing to Christopher Simendinger (CO) via email at christopher.simendinger@us.af.mil and Anaiya Taylor (Contract Specialist) via email at anaiya.taylor@us.af.mil no later than 4:00 PM Eastern Time on 20 November 2025. Proprietary information in questions will be removed, and questions will be consolidated and responses posted to https://sam.gov/. No further questions will be addressed on this solicitation if received after the 20 November 2025 deadline. Offerors shall address any assumptions and proposed exceptions to the CO in their proposals.

Attachments:

SF 1449 FA8629-25-R-B007

SF 1449 EXHIBIT 1 CDRL Package

SF 1449 ATTACHMENT 1 PWS

SF 1449 ATTACHMENT 2 SERVICE CONTRACT ACT WAGE DETERMINATION

SF 1449 ATTACHMENT 3 RDIF PRICE MATRIX

SF 1449 ATTACHMENT 4 LABOR CATEGORY QUALIFICATIONS

SF 1449 ATTACHMENT 5 DD 254

SF 1449 ATTACHMENT 6 EQUIPMENT LIST

SF 1449 ATTACHMENT 7 QUALITY ASSURANCE SURVEILLANCE PLAN

SECTION L

SECTION M

SAM Attachment 8 Live Task Order B-52 VLF Kit PWS

SAM Attachment 9 RDIF Past Performance Tool Instructions

SAM Attachment 10 RDIF Past Performance Questionnaire

RFP Question Log for SAM

Posted: Nov. 18, 2025, 9:00 a.m. EST
Posted: Nov. 13, 2025, 3:22 p.m. EST
Posted: Nov. 13, 2025, 2:23 p.m. EST
Posted: Oct. 1, 2025, 10:33 a.m. EDT
Posted: Sept. 24, 2025, 3:03 p.m. EDT
Posted: Sept. 18, 2025, 11:31 a.m. EDT
Posted: Sept. 4, 2025, 2:34 p.m. EDT
Posted: Aug. 28, 2025, 3:11 p.m. EDT
Background
The Rapid Development Integration Facility (RDIF) was initiated as an organic development capability within the Air Force Life Cycle Management Center (AFLCMC) for Air Force Irregular Warfare and command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) acquisition needs. This initiative supports current reform initiatives and the current and future acquisition environment by leveraging existing infrastructure at Wright-Patterson AFB (WPAFB).

The goal of this contract is to provide necessary supplies, services, and deliverables to support the RDIF.

Work Details
The contractor shall provide labor, materials, travel, and data as specified in the Performance Work Statement (PWS) for the RDIF. Key components include:

1. **Labor**: Support for RDIF operations must be performed at Wright Patterson AFB unless otherwise noted. Personnel must meet qualifications specified in the RDIF Labor Category Qualification document. The RDIF Price Matrix provides labor rates for each category.

2. **Materials**: The contractor will supply materials necessary for task orders as specified in the PWS. Billing is limited to actual costs plus a material markup defined in the RDIF Price Matrix.

3. **Travel**: Travel expenses will be reimbursed according to Joint Travel Regulations without any additional overhead or markup.

4. **Data**: Delivery of required data as per Contract Data Requirements List (CDRL) A001 - A009 found in Exhibit 1 is included but not separately priced.

Place of Performance
Work will primarily be performed at Wright Patterson AFB, OH.

Overview

Response Deadline
Dec. 1, 2025, 4:00 p.m. EST (original: Oct. 14, 2025, 4:00 p.m. EDT) Past Due
Posted
Aug. 28, 2025, 3:11 p.m. EDT (updated: Nov. 21, 2025, 11:16 a.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Wright Patterson AFB, OH 45433 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Est. Value Range
Experimental
$100,000,000 - $500,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
96% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 8/28/25 AFLCMC Wright Patterson AFB issued Solicitation FA8629-25-R-B007 for USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Request For Proposal (RFP) due 12/1/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 336413 (SBA Size Standard 1250 Employees) and PSC 1680.
Primary Contact
Name
Christopher Simendinger   Profile
Phone
None

Secondary Contact

Name
Anaiya Taylor   Profile
Phone
None

Documents

Posted documents for Solicitation FA8629-25-R-B007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA8629-25-R-B007

Incumbent or Similar Awards

Contracts Similar to Solicitation FA8629-25-R-B007

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8629-25-R-B007

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8629-25-R-B007

Experts for USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Request For Proposal (RFP)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE > FA8629 AFLCMC WIH
FPDS Organization Code
5700-FA8629
Source Organization Code
500041478
Last Updated
Dec. 16, 2025
Last Updated By
christopher.simendinger@us.af.mil
Archive Date
Dec. 16, 2025