THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE.
Request for Information or Solicitation for Planning Purposes
(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of:
This RFI is for planning purposes only and shall not be considered as an
invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement for payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission responses to this announcement or use of such
information. This request does not constitute a solicitation for proposal or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Air Force in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of the RFI or to otherwise pay for the information submitted in response to this RFI.
The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general to obtain contracts and subcontracts.
1. Description
The Air Force Life Cycle Management Center (AFLCMC), KC-46 Division, is conducting market research to determine if a contractor can integrate and facilitate a Software Development Environment (SDE) at the future Systems Integration Laboratory (SIL) Tinker AFB, OK for the sustainment of mission-critical Computer Software Configuration Items (CSCIs) utilized by the KC-46 aircraft.
The contractor will be responsible for:
- SDE Integration
- SIL Facilitation
The SDE integration and SIL faciliciation will support the following CSCIs:
- Avionics Flight Management Computer
- Radio Control Function OFP
- Aircraft Communications Addressing Reporting System (ACARS) OFP
- Data Link OFP
- Aircraft Input/Output Configurations Function
- Radar Warning Receiver
- AROS Flight Control Stick Electronic Unit
- Wing Aerial Refueling Pod
- Centerline Drogue System
- Multifunction Control and Display Unit
As part of the SDE integration and SIL facilitation, the contractor will provide the following deliverables:
- Information necessary to standup and configure the SDE
- Simulations
- Models
- Scripts
- Libraries
- Code repositories
- Databases
- Cybersecurity artifacts which shall support and enable USAF to perform operations, development, maintenance, modification, and management at the SIL.
The contractor will develop and deliver comprehensive training programs for USAF personnel on the operation, maintenance, and utilization of the established SDE and SIL. Training will be tailored to the KC-46 software working group and will be IAW DAFH 36-2675 Information for Designers of Instructional Systems, and AFI 36-2670, Total Force Development as guides.
2. Capabilities Package
Responses to this announcement should indicate whether respondents are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged womenowned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 541513 , “Computer Facilities Management Services ”, with a size standard of $32.5M. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
All respondents should submit capability packages that outline their capability to address the Government requirement. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements, addressing the following areas:
1. Attachment 1: RFI Statements.
3. General Requirements of Package
The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience and/or capabilities in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages.
1. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count.
2. Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins.
3. Capability statements need to address fully the RFI statements in Attachment 1..
4. Submittal Information
Submit capabilities packages to Maj Matthew Ploeg, USAF, Contracting Officer, Steven Reyes, Contracts Specialist, Ryan Horner, Program Manager, and Robin Reed, Deputy Program Manager at the following email addresses: matthew.ploeg.1@us.af.mil; steven.reyes.21@us.af.mil; ryan.horner.3@us.af.mil; robin.reed@us.af.mil
1. All correspondence sent via email shall contain a subject line that reads “KC-46 SDE and SIL Integrator.” If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments.
2. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email. Questions related to this sources sought synopsis must be submitted via e-mail to the person indicated above NLT COB (Thursday, 10 Apr 2025.) No further questions will be entertained after that date.
RESPONSES ARE DUE NO LATER THAN COB Wednesday, 16 Apr 2025.
Maj. MATTHEW PLOEG
Contracting Officer
matthew.ploeg.1@us.af.mil