- GUIDANCE
The Government is issuing this Request for Information (RFI) for informational purposes and market research only; it does not constitute a solicitation. The Government will not reimburse any company or individual for any expenses associated with preparing and/or submitting information in response to this posting. The Government may utilize the information provided in response to this posting to develop its Acquisition Strategy (AS), Statement of Work (SOW)/Statement of Objectives (SOO), and/or Performance Specifications (PS).
Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting.
- Purpose:
The United States (U.S.) Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (PO) (AFLCMC/WISN) and Contracting Office (AFLCMC/WISK) are conducting market research to identify possible sources capable of providing Tactical Communications Equipment and Training. This RFI/Sources Sought is issued for informational purposes and market research only and does not constitute a solicitation or commitment of the Government to award a contract now or in the future.
Submitting information in response to this posting is voluntary and participants will not be compensated for preparation costs.
- Requirement Background and Scope:
USAF Dismounted Operators conduct hi-intensity missions demanding constant Situational Awareness (SA) in a dynamic battlefield environment. These operations include but are not limited to Tactical control of Airborne Strike Assets, Personnel Recovery, Special Tactics
(ST), Digital Force Protection (DFP) and Assault Zone Operations. Currently, operators maintain SA through a System of Systems (SoS) that includes hand-held radios, GPS positioning, and hand-held sensors, all connected through a power and data hub to an End User Device (EUD).
The Special Tactics (ST) Subject Matter Experts (SMEs) requires the ability to conduct radio testing and participating in exercises in support of tasked SOF core activities. The Radio Equipment Systems enabling Special Tactics Special Reconnaissance, Integrated Fires, and Sensitive Activities (SA) operations.
Currently AFLCMC/WISN has a decentralized ordering system for all tactical communications equipment and no ability to procure additional trainings for operators on equipment procured. This has caused the following issues:
-
- WISN orders from multiple contracts, causing us to pay multiple fees based on different quantity/ costs. This process creates a heavy administrative burden for the SPO
- Procuring in this way makes it very hard to have control and track procurements
- Our customers receive equipment piece by piece and do not receive a full operable kit at one time when we procure items
- Contract awards take too long and WISN has no control over when they award
- Requirements:
For each item, please provide a narrative for how each interested party can meet each element. Past performance information, exercise participation, are acceptable.
KSAs
- Experience working with the AFSPECWAR Community
- Experience in compliance with cybersecurity guidance (see attached Cyber document for examples) in accordance with the Risk Management Framework (RMF) process.
- Access to Communications Security (COMSEC) material and compliance with AFMAN 17-1302, COMSEC Operations
Procurement KPPs
- T=O Procure pieces of Type-1 encrypted equipment
- T=O Procure tactical communications equipment
- Examples of radio equipment: AC/PRC-117G, AN/PRC-160, AN/PRC-161, AC/PRC-163, AC/PRC-167, Trellisware products, ancillary pieces of hardware to support all radios
- Examples of networking equipment: Modems, routers, StarShield, encryptors (i.e. KG-250XS),
- Procure force protection equipment
- Emerging equipment: Able to procure emerging equipment as it is released for production
- T=O Store, assemble and ship kits procured through to CONUS and OCONUS locations
-
Training KPPs
- T=O Provide training on all equipment procured
- T=O Contractor shall ensure that all instructors possess appropriate security clearances for the operation of AFSPECWAR systems and instructor lessons
- T=O Contractor must have a DD-254 to maintain the appropriate access level (TS/SCI)
- T=O Authorized to receive Government-furnished cryptographic equipment
- T=O Authorized to have email access to both SIPRNET and JWICS
- T=O Authorized to have administrative rights to SIPRNET stacks
- T=O Should have experience in managing, developing, distributing, publishing, maintaining, and making corrections to and updating courseware (format, grammar, spelling, and content) including courseware, baselines, syllabi, and training materials
- Instructions to Potential Respondents:
Interested parties can submit a capabilities package (including developmental and production ready system) Ensure responses are structured and clearly labeled in the same order as outlined in the above-mentioned key requirements. Marketing materials may be insufficient and direct/succinct responses to the request above are preferred.
Firms responding to this announcement should indicate whether their company is registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) Code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM.
Capabilities Package
The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information and address the questions below:
Company/Institute Name:
Address:
Point of Contact (to include phone number and email address) : CAGE Code:
Web Page URL:
Size of business pursuant to NAICS Codes: 334220
Based on the above NAICS Code, state whether your company is:
Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women-
Owned Small Business (Yes/No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned
Small Business (Yes / No) Self-Certified or Third Party Certified
8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: SBA Graduation Date:
- This notice is part of Government Market Research, a continuous process for obtaining the latest information on the “art of the possible” and associated material procurement and approach risks from industry with respect to their current and future capabilities. The information collected may be used by the Government to explore future strategies and implementation for the ENVS. The Acquisition Strategy has not yet been determined.
Market research results will assist the Air Force in determining whether this requirement will be a full and open, a Small Business Set Aside (SBSA), or a Sole Source Acquisition (SSA). If it is determined to be a Small Business Set-Aside (SBSA), FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, Small Businesses (SBs) that want to be considered for a Small Business Set-Aside (SBSA) should demonstrate how they could comply.
- Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response should be clearly marked as such, by paragraph, such that ‘Publicly-Releasable’ and ‘Proprietary’ Information are clearly distinguished.
Any material that is not marked proprietary will be considered Publicly-Releasable. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use Proprietary Information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition.
- When submitting a response, please be aware that the Air Force (AF) workforce is supplemented by contracted support personnel. Any Proprietary Data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreement (NDA) as organic AF personnel.
- Responses should include technical and descriptive text to provide sufficient detail. The submitted documentation becomes the property of the U.S. Government and will not be returned.
- Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond to this Sources Sought. Responses to questions from interested parties will be promptly answered and posted on Sma.gov unless some release of proprietary information is involved, or the answer addresses a question peculiar to a Company or that Company’s response. Post submittal one-on-one information sessions with respondents are not contemplated.
- This notice may be updated as additional information becomes available. Please check the Sam.gov site for updates to this announcement and register to receive e-mail notices of any updates to the announcement. For more information on this RFI, please contact the AF POCs below. E-mail communications are preferred. Also, there is an option to be shown as an “Interested Vendor” on the posting.
- This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY.
This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited
- Interested parties' submissions are requested by 26 March 2025 3:00 P.M. EST and may be submitted via-email to:
Program Manager, Matt Peters, william.peters.19@us.af.mil
Procurement Contracting Officer, Jared Rush Jared.Rush@us.af.mil
- The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment.
- There is no restriction on who can respond to this RFI. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.