SOURCES SOUGHT
R -- Basic Enabling Support for Collaboration, Analysis, and Research (BESCAR)
- Notice Date
- 8/7/2025 9:59:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
- ZIP Code
- 62225-5406
- Solicitation Number
- 832572140
- Response Due
- 8/21/2025 10:00:00 AM
- Archive Date
- 09/05/2025
- Point of Contact
- Kassaundra Hund, Phone: 6678909027, Brenda Green, Phone: 667-890-1892
- E-Mail Address
-
kassaundra.l.hund.civ@mail.mil, brenda.f.green6.civ@mail.mil
(kassaundra.l.hund.civ@mail.mil, brenda.f.green6.civ@mail.mil)
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of small businesses and large businesses (including the following subsets: small disadvantaged businesses, certified 8(a), service-disabled veteran-owned small businesses, HUBZone small businesses and woman-owned small businesses) to provide the required products and/or services. The Air University (AU), through the Air University Innovation Accelerator (AUiX), is seeking information from potential sources for collaboration with AU students, faculty, staff, Department of Defense (DoD), Service, and Interagency partners to perform research, analysis, assessments, development, prototyping, testing, education, and training to refine and evolve scholarly ideas into future force capabilities. Ideas typically revolve around what AU idea owners (i.e., students and faculty) are teaching and researching; including computing; software and data integration and collection; knowledge management; education; wargaming and simulation; human performance; Intelligence, Surveillance and Reconnaissance; Artificial Intelligence (AI) and Machine Learning (ML); and systems improving miliary utility. Tasks performed will also involve engaging with AU stakeholders (including DoD, Service, and Interagency partners) through education innovation, collaboration, outreach, and future classroom services. The research, analysis, assessment, development, prototyping, testing, training, engagement, and support performed in this Blanket Purchase Agreement (BPA) shall enable AUiX to aggressively push forward change to support AU�s mission of enhancing national security and mission readiness through the pursuit of innovation. The anticipated period of performance is one base year + four 1-year option periods. The anticipated place of performance is anticipated to be at Government and Contractor facilities including, but not limited to, Washington, District of Columbia; National Capital Region; Nellis AFB, Nevada; Creech AFB, NV; Hurlburt Field, Florida; Eglin AF Base, FL; Honolulu, Hawaii; Klamath Falls, Oregon (OR); Portland, OR; Montgomery, AL; Wright-Patterson AFB, Ohio; and Joint Base Lewis-McChord, Washington.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/70ead4b36ea34868bec19e3e9a96dc9c/view)
- Place of Performance
- Address: Montgomery, AL, USA
- Country: USA
- Country: USA
- Record
- SN07542655-F 20250809/250807230102 (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 |