Opportunity

SAM #FA6643-26-RFI-POM

RFI: POM Strategic Prioritization Tool and Training for Air Force Reserve Command

Buyer

AFRC Headquarters

Posted

April 28, 2026

Respond By

May 04, 2026

Identifier

FA6643-26-RFI-POM

NAICS

513210, 541511, 541512

The Department of the Air Force, Headquarters Air Force Reserve Command (HQ AFRC), is seeking industry input for a potential procurement of a Program Objective Memorandum (POM) Strategic Prioritization Tool and associated training. - Government Buyer: - Department of the Air Force, HQ Air Force Reserve Command (HQ AFRC), Contracting Office at Robins Air Force Base - OEMs and Vendors: - No specific OEMs or vendors are named in the opportunity - Products/Services Requested: - Program Objective Memorandum (POM) Strategic Prioritization Tool - Robust, data-driven software for evaluating and prioritizing strategic assets - Must ensure data quality, asset valuation (including intangible assets), and bias mitigation using transparent statistical models - Tool must be continuously updatable, adaptable to changing missions, and incorporate national-level strategic guidance - Must be interoperable with government IT infrastructure and meet Cybersecurity Maturity Model Certification requirements - Training and Sustainment - Comprehensive training programs and user manuals to enable government personnel to operate, manage, and update the tool independently - Unique or Notable Requirements: - Cybersecurity Maturity Model Certification (CMMC) required - Personnel and facility security clearances required - Firm-Fixed-Price contract anticipated - Initial period of performance is 6 months (180 days) - Performance locations include the Pentagon, HQ AFRC at Robins AFB, Georgia, and the contractor’s facility

Description

This is a Request for Information (RFI), NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI will be utilized for market research purposes ONLY, in order to assist with the planning and potential procurement of a Program Objective Memorandum (POM) Strategic Prioritization Tool and Training for HQ Air Force Reserve Command.

The information provided in the RFI is subject to change and is not binding on the Government. Responses to these notices are not offers and cannot/will not be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.

DRAFT SCOPE

Purpose: The overall scope includes establishing a tool that provides objective, defendable and clean strategic prioritization data for ingestion into the POM process.  This clean, well-defined data is essential to feed and support senior leaders’ programming decisions. 

(Disclaimer:  This tool will serve strictly as a decision-support system.  It will not perform inherently governmental functions.  All final programming, budget, and strategic decisions remain solely the responsibility of authorized Government officials.)

Scope of Capability Sought: The capability sought is a robust data-driven software tool designed to evaluate and prioritize strategic assets.  The tool must ensure data quality and hygiene, identify the value of assets and asset classes (missions) and assist with the assessment versus opportunity cost evaluation of intangible assets.  Furthermore, the tool must be continuously updatable, adaptable to changing Air Force Reserve missions, incorporate all national-level strategic guidance and be strictly devoid of bias. 

Performance Objectives:

            - Data Quality & Hygiene:  Develop a mechanism that ensures the integrity, cleanliness, and hygiene of strategic prioritization data.

            - Asset Valuation:  Accurately identify and assign defendable value to both tangible assets and asset classes (missions).

            - Intangible Asset Assessment:  Facilitate objective assessment and opportunity cost evaluations specifically for intangible assets utilizing transparent statistical models.

            - Bias Mitigation:  Design and implement the tool in a manner that actively mitigates bias form the data ingestion and prioritization process utilizing transparent statistical models and objective data benchmarking.

            - Training & Sustainment:  The contractor shall provide comprehensive training programs and user manuals to equip Government personnel with the skills necessary to operate, manage, and independently update the tool.

PERFORMANCE LOCATIONS

Pentagon HQ AFRC at Robins AFB, Georgia Contractor’s facility

OPERATING CONTRAINTS

Cybersecurity Maturity Model Certification Personnel and Facilities clearances IT Infrastructure & Interoperability

PURPOSE

The purpose of this notice is to conduct additional market research for a known agency requirement. The Government seeks industry comments in response to specific questions listed below.

The information gathered will be used to refine the scope, structure, and terms of a potential future solicitation.

NAICS CODE

Tentative North American Industrial Classification System (NAICS) Code is 513210 – Software Publishers. Please NOTE: this is a tentative NAICS Code and may be subject to change as a result of additional market research.

ANTICIPATED CONTRACT TYPE/PERIOD OF PERFORMANCE

The Government anticipates awarding a commercial, RFO Part 12, Firm-Fixed-Price (FFP) type contract. 

PROJECTED CONTRACT AWARD DATE

FY26

INFORMATION REQUESTED

All interested vendors must submit their responses by completing the 14-question survey at the following link:

https://forms.osi.apps.mil/r/bGAE8jXQU0

A complete and sufficient response to all questions is mandatory. The Contracting Officer will deem submissions with incomplete or insufficient answers unacceptable.

Please be advised that a capabilities statement or brief is not requested and should not be submitted. Only responses provided through the official Microsoft Forms link will be considered.

COMPANY INFORMATION: Name, address, UEI and CAGE code, business size (large or small) POINT OF CONTACT:  Name and Phone Number POINT OF CONTACT:  E-mail address BUSINESS SIZE STANDARD: Interested sources shall identify their business size standard based on the primary NAICS code. The Tentative North American Industrial Classification System (NAICS) Code is 513210 – Software Publishers. If the answer to the above questions is ‘Yes’, please identify your company’s specific small business program (if applicable) Small Disadvantage Business 8(a) Small Business Development Program Historically Underutilized Business Zone (HUBZone) Veteran-Owned (VOSB) Service-Disabled Veteran-Owned (SDVOSB) Women-Owned (WOSB) Economically Disadvantaged Women-Owned (EDWOSB) Large Business Does your company currently perform, or has performed the services or similar services requested on other Government contracts? If the answer to the above question is ‘Yes’, please provide the applicable contract number for reference. Relevant Experience: Please provide a brief description of no more than three (3) projects completed within the last five (5) years that are similar in scope and complexity to the work described in this RFI.   Identify any existing Commercial-Off-The-Shelf (COTS) or commercial software solutions (as defined in RFO 2.101) that currently meet the Government’s requirements for strategic asset prioritization and POM data ingestion. If your commercial solution requires modifications to meet the DAF's requirements for evaluating intangible asset opportunity costs or ensuring zero-bias, describe the extent, timeline, and commercial nature (e.g., customary vs. minor) of those modifications. Period of Performance:  The Government anticipates a 6-month (180-day) Period of Performance (PoP) for the initial delivery of this capability. Given the requirements for data hygiene, strategic guidance integration, and objective prioritization, is that a realistic performance period? If a 180-day PoP is insufficient for full capability delivery, identify the specific technical or administrative drivers (e.g., Authority to Operate (ATO) processes, data ingestion complexity, or algorithmic calibration) that necessitate an extended timeline. Provide a recommended alternative PoP and justify how it optimizes mission success for the Program Objective Memorandum (POM) cycle.? Evaluating 'intangible assets' and 'opportunity costs' for military missions is highly complex. How does your commercial solution define and quantify these variables? What specific Government-Furnished Information (GFI) or Subject Matter Expert (SME) input is required to calibrate your models? To ensure the tool is 'continuously updatable' without permanent reliance on contractor support, what level of technical expertise (e.g., data scientist, standard program analyst) is required for the Government personnel operating the system? Industry Day: Would your company be interested in attending an Industry Day for this potential requirement? What topics or information would be most valuable to you during such an event?

The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any of the feedback and/or suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received. Additional Links:Link to Microsoft Form for RFI POM

View original listing