16th Air Force Commercial Solutions Opening
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 16th Air Force has issued a Commercial Solutions Opening (CSO), authorized by 10 USC 3458 and DFARS 212.70, to acquire innovative commercial items, technologies, and services. This umbrella solicitation seeks solutions that fulfill requirements, close capability gaps, or provide technology advancements for the Air Force. Currently, two specific "Calls" are open for submissions:
- Call 0006: FMS Threat Data Support (Topics 001 & 006 - Electromagnetic Warfare & ISR) is open until March 30, 2026. Previous submissions for this call have been discarded; all interested vendors must resubmit.
- Call 0007: AFIN - Premise Wiring Architectural Design (PWAD) (Topic 007) is open until March 31, 2026.
Purpose & Scope
The overall CSO aims to obtain "innovative" solutions, defined as new technologies, processes, or methods, or new applications of existing ones, not currently in use by the USAF, to enhance or streamline mission capabilities. All acquired items, technologies, and services will be treated as commercial items.
Call 0006 (FMS Threat Data Support): Seeks innovative approaches for Electromagnetic Warfare (EW) and Intelligence, Surveillance, and Reconnaissance (ISR) to improve the speed and accuracy of Combat Support Database (CSDB) data production. The 57th Intelligence Squadron requires capabilities to produce foreign-releasable threat data for allied nations. Key requirements include developing threat data files (unclassified, SECRET, TOP SECRET/SCI), determining specific threat parameters, producing machine-readable Technical ELINT Reference Format (TERF) files, and regular data product deliveries. An attachment (Call 0006_Attachment 8_EW Parametrics.pdf) provides detailed technical specifications.
Call 0007 (AFIN - Premise Wiring Architectural Design): Focuses on developing an architectural design for a complete premise wiring modernization of Building 2000 at JBSA Lackland, Texas. This includes removing existing unused cables, installing new Cat 6A STP copper (NIPRNET) and OM4 fiber optic (SIPRNET, AFSCI, NSA Classified Network), and associated hardware. The project must incorporate a B2000 ISP infrastructure upgrade to support a 20% user capacity increase and comply with TIA/EIA, AFSSI 7702, NSTISSAM Tempest/2-95, and other federal/military/commercial standards.
Contract Details
Awards may be in the form of contracts or Other Transactions (OT) under 10 U.S.C. §2371b. Funding is anticipated for Fiscal Year 2026. Contract types will be Firm Fixed Price (FFP) or Fixed Price Incentive (FPI). Periods of performance for individual calls are expected to range from 1-5 years. The Government is not obligated to make any award and awards are subject to fund availability.
Submission & Evaluation
This CSO utilizes a two-step submission process for each Call:
- Step I: Submission of Quad Charts and White Papers.
- Call 0006: Due by March 30, 2026.
- Call 0007: Due by March 31, 2026, 1400 CST.
- Evaluation criteria for Step I include technical merit/applicability, importance to the 16th Air Force mission, and fund availability (all factors of equal importance). Evaluation method is peer or scientific review.
- Step II: Select offerors from Step I will be invited to submit full proposals, including a Statement of Work (SOW) and detailed pricing.
Eligibility / Set-Aside
There is no specific set-aside for this opportunity. Offerors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI). For Call 0006, offerors must be considered responsible per FAR Part 9.1 and have a satisfactory performance record. Small businesses must demonstrate the ability to safeguard systems and data and meet the Cybersecurity Maturity Model Certification (CMMC) level required by each Call.
Additional Notes
Offerors are encouraged to submit unclassified white papers. Proprietary, classified, confidential, or sensitive information should not be included in initial responses unless specific instructions are followed. White paper responses are for information and planning purposes and do not form a binding contract. No reimbursement will be made for submission costs. All submissions become Government property.
Contact Information:
- Primary: Carissa Heuertz (16af.cso.workflow@us.af.mil)
- Secondary: Brian Cook (16af.cso.workflow@us.af.mil)