SBIR Phase III Space Integrated Modeling, Simulation, & Analysis (SIMSA) Follow-on
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 Air Force District of Washington (AFDW/PK) is conducting market research via a Request for Information (RFI) to identify potential sources for Space Integrated Modeling, Simulation, & Analysis (SIMSA) Follow-on services. This effort supports the United States Space Force (USSF) and its mission partners, focusing on Modeling, Simulation, Prototyping, & Analysis (MSP&A) work. The government anticipates a future Firm-Fixed-Price (FFP) Level of Effort (LOE) centralized IDIQ contract. Responses are due by March 27, 2026, at 3:30 PM ET.
Purpose & Scope
This RFI seeks information on industry capabilities to provide comprehensive MSP&A services at multiple security classification levels. The work aims to accelerate strategic decision-making, prepare and defend Force Designs, conduct operational assessment and planning, and enable responsive digital and mission engineering across various domains (sea, ground, air, cyber, space, and Lunar environment). A key requirement includes providing an MSP&A integration/innovation lab in the Colorado Springs, CO area, capable of supporting approximately 60 personnel and operating at TS/SCI and Special Access Program (SAP) levels. The contractor will leverage the Rapid Analysis and Prototyping Toolkit for Resiliency (RAPTR) tool.
Key Capabilities Sought
The government is interested in capabilities across six main areas:
- Program Management: Leading and executing the effort, including quality, staffing, financial, and subcontractor management.
- MSP&A Software Solution: Leveraging a software solution for digital engineering, mission engineering, force design, wargame planning, operational assessment, and MSP&A. Vendors should detail functionality, supported organizations, licensing, and modification methods.
- Systems Analysis & Design: Discovering, analyzing, and validating designs to inform force designs, acquisition recommendations, and system designs.
- Systems Operations & Sustainment: Supporting customer systems operations and sustainment, including analysis, training, and planning tools.
- Systems / Technical Assessment Integration: Applying MSP&A principles to support or manage systems engineering and integration efforts.
- Analytical Infrastructure: Providing an analytical infrastructure, potentially involving government and partner co-use agreements, with connectivity to classified cloud environments (e.g., Microsoft Azure's PLx). Vendors should also describe past performance in supporting USSF force design analyses, integrating MSP&A solutions, and ability to leverage AI/ML and Kafka message bus services.
Contract Details
The anticipated contract vehicle is a Firm-Fixed-Price (FFP) Level of Effort (LOE) centralized Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The IDIQ ordering period is expected to be 60 months from the date of award, with Task Orders potentially extending up to 5 years.
Submission Requirements
Interested offerors must provide:
- Company Name, Address, Point of Contact (phone and email)
- Unique Entity ID, CAGE Code, NAICS Code, Web Page URL
- Company Location and Socio-Economic Status (e.g., Small Business, SDVOSB, HUBZone)
- Ownership status (domestic/foreign)
- A description of technical capability relevant to the Performance Work Statement (PWS), including technical and descriptive text, and photographs/illustrations. Proprietary data must be clearly marked.
Special Requirements
Personnel must be U.S. Citizens and may require Secret, Top Secret (TS) clearances, and/or Special Access Program/Special Access Required (SAP/SAR). Compliance with DD Form 254, Operations Security (OPSEC), Controlled Unclassified Information (CUI) safeguarding, and Organizational Conflict of Interest (OCI) regulations is required. Prospective contractors must be registered in the System for Award Management (SAM) database.
Response Deadline
Responses are due by March 27, 2026, at 3:30 PM Eastern Time, via email.
Contacts
- Primary: Sonya Rayford Cage (sonya.rayford_cage.5@us.af.mil)
- Secondary: Amanda Henderson (amanda.henderson.2@us.af.mil)