SPECIAL NOTICE
D -- Project Taj Majal: HCM SaaS under AFLCMC Data Operations Commercial Solutions Opening
- Notice Date
- 5/22/2025 12:58:26 PM
- Notice Type
- Special Notice
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- AIR FORCE LIFE CYCLE MANAGEMENT CENTER
- ZIP Code
- 00000
- Solicitation Number
- FA8600-23-S-C056-007
- Response Due
- 6/6/2025 2:00:00 PM
- Archive Date
- 09/30/2025
- Point of Contact
- Matthew J Loffredo, Phone: 385-678-6745, Jennifer Burns, Phone: 565-5055
- E-Mail Address
-
matthew.loffredo@us.af.mil, jennifer.burns.8@us.af.mil
(matthew.loffredo@us.af.mil, jennifer.burns.8@us.af.mil)
- Description
- OVERVIEW This Commercial Solutions Opening Call solicitation is issued in accordance with 10 USC 3458, DFARS Subpart 212.70, and DoD Class Deviation 2022-O0007 �Defense Commercial Solutions Opening� 1. NAICS Code and Associated Description: 518210 �Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services� 2. Federal Agency Name and Contracting Officer: Department of Air Force (DAF) Air Force Life Cycle Management Center (AFLCMC), Matthew Loffredo, matthew.loffredo@us.af.mil 3. Commercial Solutions Opening Title: Commercial Solutions Opening (CSO) � AFLCMC Data Operation CSO, Closed, Two-Step, titled �Project Taj Majal � CSO Call 7� 4. Commercial Solutions Opening Number: FA8600-23-S-C056 5. Contracting Points of Contact (POCs): The Contracting Officer (CO) is the sole point of contact for this acquisition. Offerors shall address any questions or concerns they may have to the CO. Written requests for clarification may be sent to the CO and Contract Specialist at the e- mail addresses listed below on or before June 2, 2025, by 5:00pm Eastern Time. 5.1. Contracting Officer: Matthew Loffredo (e-mail: matthew.loffredo@us.af.mil) 5.2. Contract Specialist: Jennifer Burns (e-mail: jennifer.burns.8@us.af.mil) 5.3. Be advised that only the Contracting Officer has the authority to enter into a binding contract agreement on behalf of the United States Government. 6. CSO Call Intent: To ensure this CSO remains accessible to both traditional and non- traditional vendors, the Government intends to maintain flexibility in the execution and pricing of future task orders that may be issued off the potential Step Two Indefinite Delivery Indefinite Quantity (IDIQ) contract. While the IDIQ structure incorporates standard oversight and contracting mechanisms, individual task orders may be tailored in collaboration with vendors to align with commercial delivery models, and team structures �provided they remain compliant with governing regulations. The Government encourages innovative approaches and will support onboarding and open communication to enable successful engagement across a range of vendor types. 7. AFLCMC/GBH Mission and Goals: The Human Resources Systems Division (AFLCMC/GBH) is responsible for the development and sustainment of AF/A1 Human Capital Management (HCM) software. The Department of the Air Force (DAF) currently utilizes over one hundred applications and software configurations to support human resources business processes across the DAF enterprise. The Air Force's current reliance on multiple disparate HR applications and software configurations presents a critical vulnerability in today's rapidly evolving threat landscape. 7.1. The goals of AF/A1 are to: 7.1.1. To reduce the number of applications and systems within the A1 portfolio while still maintaining or exceeding today's service levels; 7.1.2. Utilize industry best practices; 7.1.3. Leverage cloud-based commercial-off-the-shelf (COTS) HCM Software as a Service (SaaS) platforms; and 7.1.4. Minimize custom coding, data conversion and migration, system interfaces, and system sustainment. 7.2. The AFLCMC/GBH Contracting Office, in support of AF/A1 at JBSA Randolph AFB, Texas, seeks through this initial announcement to invite industry to submit a solution brief through the current CSO. The CSO can be found at SAM.gov Contract Opportunities with Notice ID FA8600-23-S-C056. 8. CSO Call Purpose: This is a Closed, Two-Step CSO Call. This competitive combined synopsis/solicitation is focused on identifying technologies to meet the mission of AFLCMC/GBH. The Government seeks to obtain innovative solutions or potential new capabilities to fulfill requirements, close capability gaps, or provide potential technological advancements in the capability areas listed below. 8.1. Awards resulting from this CSO will be made based on the evaluation results of a Two-Step proposal process. The Government reserves the right to award contract(s) in response to all, some, one, or none of the proposals submitted under Step Two. The Government may elect to award only part of a submitted proposal, and the Government may decide to incrementally fund awards made under this CSO. All awards are subject to the availability of funds. Step One of this CSO Call is the submission of solution briefs, and Step Two is the submission of proposals at the request of the Government along with a live Demo. 9. CSO Call Deadlines: 9.1. Step One: Solution briefs will be accepted until June 12, 2025, at 5:00pm Eastern. Solution briefs may be submitted at any time during this period. Solution briefs received after specified date and time will be considered late in accordance with FAR 52.212-1(f) and will be rejected. Interested offerors can submit clarifying questions to AFLCMC by June 2, 2025, at 5:00pm Eastern. AFLCMC will publish all received questions and AFLCMC�s responses (anticipated June 5, 2025) prior to the solution brief submission date. All submissions (questions and solution briefs) shall be made to the designated Contracting POCs below. 9.2. Step Two: In accordance with this Call, the Government will down select offerors from the Step One (Solution Briefs) to submit a Step Two proposal. The proposal due date and time will be provided in a separate issued letter. Offerors that submit a White paper will be notified as to whether they are proceeding to Step Two. The notice provided to the applicants not proceeding to Step Two will provide a rationale for the Government's decision not to advance those proposals to Step Two. Please see attachments for full details of Instructions to Offerors and Evaluation & supporting documents.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebb59aea814c4e7e89baf47af364b189/view)
- Place of Performance
- Address: JBSA Randolph, TX 78150, USA
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN07452414-F 20250524/250522230048 (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 |