SOURCES SOUGHT
99 -- Sources Sought: 2025 A5 Wargaming
- Notice Date
- 11/24/2024 11:39:58 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA701425X0001
- Response Due
- 12/20/2024 11:00:00 AM
- Archive Date
- 01/04/2025
- Point of Contact
- Capt Richard Snyder, Takayla Isler
- E-Mail Address
-
richard.snyder.12@us.af.mil, takayla.isler@us.af.mil
(richard.snyder.12@us.af.mil, takayla.isler@us.af.mil)
- Description
- Purpose THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP that may be issued. The applicable NAICS code for this effort is 541611, Administrative Management and General Management Consulting Services. Objectives One objective of this RFI is to identify potential vendors (large, small, and socioeconomic concerns) who have the experience and capabilities to successfully perform this work. Vendors are also encouraged to provide information regarding plans to use joint venturing (JV), partnering or consortiums to meet the requirements areas contained herein. Details pertaining to the entire scope of work are contained in the attached Draft Performance Work Statement (PWS). A second objective is to engage industry to identify risks and opportunities, provide recommendations and other insights as it pertains to the acquisition and the work contemplated in the PWS. Additionally, if an RFP is subsequently issued, the Government anticipates a compressed response cycle; therefore, this RFI will provide advanced delivery of the attached Draft PWS, which should allow qualified vendors the necessary time to consider a potential RFP response/proposal and to build necessary teaming relationships. Background The mission of the Department of the Air Force (DAF) is to fly, fight, and win in air, space, and cyberspace domains. The Headquarters United States Air Force Deputy Chief of Staff for Strategy, Integration, and Requirements (AF/A5/7) (alternatively �Air Force Futures�) focuses on developing Air Force strategy and concepts, conducting strategic assessments of the operating environment through wargames and workshops, manifesting an integrated future force design, and achieving timely and effective operational capabilities required for tomorrow�s Airmen to fight and win. Within AF Futures, AF/A5I, the Directorate for Integration and Innovation, develops future multi-domain total-force design in order to implement the National Defense and Military Strategies; drive integration and capability planning across the Air Force; and identify prioritized ways and means to guide resourcing priorities that improve Air Force lethality and enhance the joint and coalition fight. AF/A5I accomplishes its functions through wargaming, analysis, and developing innovative approaches, which this contract will directly support. The Contractor shall provide all services, materials, supplies, equipment as required in connection with the attached draft PWS. Instructions and Response Guidelines Interested parties are requested to respond to this RFI with a detailed capability statement in support of the sections below. If an interested party has previously responded please state as such. Section 1 � Administrative Information Provide administrative information including the following as a minimum: Name, mailing address, phone number, and e-mail of designated point of contact. Identify the respondent�s CAGE code and UEI number. Proprietary information must be clearly marked as such. Small Business/Socio-Economic status of respondent, if any, (i.e. small business, small disadvantaged business, 8(a) small business, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, and economically-disadvantaged women-owned small business). Section 2 � Statements and Questions for the Vendor The Government seeks feedback and comments on the attached Draft PWS in general, with specific interest in written comments/feedback on the following considerations/sections: Based on industry experience with similar contracts, are the required tasks and performance objectives consistent with this type of effort or are there additional requirements the Government could include to ensure optimal performance of the contract? Identify any areas where interested parties believe a potential risk exists or will present itself by fulfilling the terms of the PWS (e.g., identification of any deficiencies or false assumptions in the PWS) Is there any area within the PWS where interested parties believe the Government could improve the stated requirements in a clear and unambiguous manner? If so, please identify them and provide recommended language. Is there another NAICS Code that you think would be best suited for this effort? If so, please identify the NAICS and why you deem it more appropriate. Can you support the entire scope of the PWS, If yes, will you team with other vendors or can you support on your own If, no will you consider subcontracting with another vendor What contract vehicle, contract type, and would you recommend for this effort? Please list any existing contract vehicles you hold, i.e. NASA SEWP, OASIS, MAS. Is there another NAICS Code that you think would be best suited for this effort? If so, please identify the NAICS and why you deem it more appropriate. IAW PWS para 4.1.6, subtask 1.6 Support Subject Matter Areas: Provide examples of ability to create/leverage relationships and integrate important cross-cutting functional/mission areas/domains into an AF project/campaign, i.e. Space, Cyber, Maritime, Ground, SOF, Information Warfare, EMSO What access or approach does the offeror have for securing the Red-related expertise for positions described in paras 4.1.6 and Atch C � given the range/mix of seniority, IC background, and operational acumen sought? In general, describe ability to provide/source both seasoned/senior leadership personnel, and experienced but less-senior subject matter experts who will constitute the heart of wargames� functional development, facilitation, adjudication, and reporting? IAW PWS para 4.2, Task 2 Analytical Support (relating to para 4.1.5, subtask Post-Game Actions): Provide examples on expertise/ability to develop Gov�t leadership project learning objectives into game design recommendations; wargame and game-event execution; development and execution of an analysis and reporting plan; and creation of after-action reports, presentations, and data assessments. IAW PWS Para 4.4.1 SUB-TASK 4.1.- GAMENET AND ASSOCIATED SYSTEMS: Please describe how your company has developed or advanced applications to integrate industry-standard modeling and simulation tools into the Wargame Information Environment (currently/starting point is GameNet with a �Force Tracker 2.0� and related tools) and develop or integrate custom tools that support in-game move planning, adjudication, and analysis (current examples being COMBAT and Killchain but several others). 2. (also relating to 4.5, Surge Support): Provide examples of how your team can identify and subcontract with other IT firms or consultants if required for development of tools or Wargame Information Environment elements that exceed the skillset or bandwidth of the organic team, for a specific/discrete task or time period (Surge Support). IAW PWS Para 4.6.8, Subcontractor Management (but also directly pertinent to para 4.1.6 Subject Matter Areas & Atch C): Describe company philosophy and ability to engage subcontractors to expand sourcing pool for specialized positions & qualifications. IAW PWS Paras 10.2 and 10.3, Place of Performance and Telework: The work currently takes place primarily at Wargaming spaces on Joint Base Andrews, but with increasing work/activities/events on Joint Base Anacostia-Bolling; and with occasional presence/work at the Pentagon. Describe ability to manage, in concert with government leads, the contract force and its effective accomplishment of tasks & events across multiple work locations and with a limited degree of telework opportunities. IAW ATTACHMENT A: Describe your understanding of the technical knowledge required by the Fighter and Global Strike SMEs. IAW ATTACHMENT C: Describe your understanding of the Information System Security requirements, and of Info System Security Manager (ISSM) and Info System Security Officer (ISSO) duties in the DoD information security process; provide previous examples of performing these duties. Section 3 � Capability Approach Interested parties are requested to provide your capabilities detailing how you will be able to meet all the requirements outlined in the PWS based upon your experience performing under similar efforts. Address all areas in Section II as they are identified in the PWS. Identify your capabilities to fulfilling the requirements in the PWS. Include examples of technical capabilities, capacity, areas of expertise, and relevant experience (i.e., customer, period of performance, contract type, contract value, description of work performed relevant to the PWS). Describe any teaming agreements that will allow you to successfully perform the requirements as outlined in the PWS. If you intend to use joint venturing (JV), partnering or consortiums to meet the requirements areas contained herein, provide information on how you would envision your company's areas of expertise and those of any proposed JV/partnering/consortium would be combined to meet the specific requirements contained in this PWS. *Interested parties are advised to examine this RFI and the supplemental documents in the attachments in their entirety to ensure its response provides all information requested. Interested parties are cautioned that merely re-stating the requirements with a statement of intent to perform DOES NOT reflect an understanding of the requirements or capability to perform. Statements such as �the Offeror understands� and �the Offeror has a long history of outstanding support� along with responses that paraphrase the Request for Information and supplemental documents will be considered as insufficient information to support a firm�s capability. Phrases such as �standard procedures shall be employed� or �well known techniques will be utilized� will also not be considered sufficient. Capability statements should be submitted in Microsoft Word compatible format or Adobe PDF and are due no later than Friday 20 Dec 2024, 2:00pm EST. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Capability statements should be submitted via email to Capt Richard Snyder at richard.snyder.12@us.af.mil and SSgt Takayla Isler, takayla.isler@us.af.mil. List of Attachments # Attachment Title 1 Draft Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dde9c9d2225f47718426e1b5875ccc57/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN07273992-F 20241126/241124230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |