AMC/A6 Information Technology Needs Commercial Solutions Opening (CSO) - Amendment 02
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 763rd Enterprise Sourcing Squadron, has issued a Commercial Solutions Opening (CSO) for AMC/A6 Information Technology Needs, specifically for Base IT Modernization. This Service-Disabled Veteran Owned Small Businesses (SDVOSBS) opportunity seeks innovative solutions for secure, scalable, multi- and cross-domain IT transformation. The CSO and Area of Interest (AOI) are currently on pause as the acquisition strategy is being re-examined, and the White Paper due date will be extended. Offerors should monitor SAM.gov for updates.
Opportunity Details
This CSO, titled "AMC/A6 Information Technology Needs Commercial Solutions Opening (CSO) - Amendment 02," is a combined synopsis/solicitation. It aims to transform Air Mobility Command's (AMC) A6 outdated and inefficient IT infrastructure to enable data-driven, globally maneuverable airpower, addressing issues like operational inefficiencies, limited data sharing, and poor scalability. The overall CSO is open until February 26, 2031, but specific AOI submission dates are subject to amendment.
Scope of Work
The government is seeking innovative methodologies and solutions to support secure, scalable, multi- and cross-domain IT transformation, encompassing core, edge, and cloud components of Air Force IT infrastructure. This includes:
- Assessment & Analysis Methodology for existing IT infrastructure.
- Proposed Future State Architecture (secure, scalable, resilient, including cloud and edge).
- Transition & Implementation Roadmap with KPIs and a detailed Statement of Work (SOW).
- Core Technical Capabilities & Approach (System Integration, Network Design, Multi-Solution Testing, Large-Scale Installation).
- Cybersecurity & Compliance Framework (RMF, C-SCRM, Classified Operations). Work will primarily be performed at government-furnished facilities at AMC installations, with potential travel.
Contract & Eligibility
- Contract Type: Firm-Fixed Price contracts or agreements are anticipated.
- Set-Aside: This specific Area of Interest (AOI 1) is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBS).
- Security Requirements: Offerors and personnel will require access to classified information up to the SECRET level. Personnel must have a minimum Tier 3 Security Investigation with "SECRET" eligibility and be enrolled in Continuous Vetting. A "SECRET" facilities clearance is required.
- Prime Participation: Participation at the prime level is prohibited. Subcontracting arrangements will be handled in accordance with ITAR.
Submission & Evaluation
This is a Hybrid Two-Step Solicitation process:
- Step One: White Paper Submission: Offerors must submit unclassified White Papers including Company Information (Title of Project, Name, Size, CAGE, UEI, POCs, Facility Clearance) and a Technical Solution.
- Step Two: Detailed Approach (By Invitation Only): "Selectable" offerors will be invited to submit a fully written detailed approach, including a technical approach, PWS, project schedule, required government support, and a price schedule.
- Evaluation Factors: White Papers and proposals will be evaluated based on Technical Merit, Importance to Agency, and Price, all of equal importance, categorized as Acceptable or Not Acceptable. Evaluation will involve a scientific, technological, and/or other subject-matter experts peer review process.
- Current Status: The CSO and AOI are on pause due to questions received during the Q&A period, as the acquisition strategy is being re-examined. The White Paper due date will be extended when the strategy is finalized. Offerors must monitor SAM.gov for updates.
- Contacts: Primary: Elijah Dodd (elijah.dodd@us.af.mil, 618-340-6515). Secondary: Lisa Pendragon (lisa.pendragon@us.af.mil).