A10 Strategic Plans and Policy Support Services - FY26 - Virtual Industry Day
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 Department of the Air Force is hosting a Virtual Industry Day for the A10 Strategic Plans and Policy Support Services requirement for HQ AF/A10. This event provides details for a future Cost Plus Fixed Fee (CPFF) Task Order under GSA OASIS+ (Unrestricted), supporting strategic deterrence and nuclear integration. Proposals for the anticipated RFP are tentatively due May 15, 2026.
Purpose & Context
The Air Force District of Washington (AFDW/PKH) is conducting a Virtual Industry Day on March 27, 2026, at 10:00 AM EST via TEAMS. The purpose is to enhance industry understanding, obtain feedback on program management aspects, and foster dialogue regarding the upcoming solicitation for Strategic Plans and Policy Support Services.
Scope of Work
The contractor will provide expert technical, analytical, operational, programmatic, and planning support to Headquarters, United States Air Force, Deputy Chief of Staff for Strategic Deterrence and Nuclear Integration (HQ AF/A10). Key support areas include:
- International Affairs and Foreign Policy, including Treaties & Agreements.
- Countering Weapons of Mass Destruction (CWMD) and Biodefense.
- Nuclear Enterprise support.
- Legislative Support.
- Emerging Deterrence Issues Research and DAF Deterrence Education.
- Integrated Air and Missile Defense (IAMD) Support.
- Ancillary IT, Systems, and Cybersecurity Support.
- Program Management. Services will be performed at CONUS & OCONUS locations as directed.
Contract Details
- Type: Cost Plus Fixed Fee (CPFF) with Cost Reimbursable CLINs for travel and Other Direct Costs (ODCs).
- Vehicle: Task Order issued off GSA OASIS+ (Unrestricted).
- Period of Performance: 5 years, comprising a 12-month base period (July 27, 2026 - July 26, 2027) and four 12-month option periods. An option to extend services (FAR 52.217-8) for up to 6 months is possible.
Eligibility & Set-Aside
This is an Unrestricted competition for the prime contract, issued via GSA OASIS+. However, a Small Business Participation Plan is required with specific targets: 20% Small Business, 5% Small Disadvantaged, 5% Woman-Owned, 3% HUBZone, and 3% Service-Disabled Veteran-Owned Small Businesses. Personnel assigned to certain tasks require a Top Secret (TS) security clearance with eligibility for Sensitive Compartmented Information (SCI), Special Access Program (SAP), and Special Access Required (SAR) programs.
Evaluation & Timeline
- Tentative Timeline:
- Post FOPR/RFP: April 15, 2026
- Proposals Due: May 15, 2026
- Contract Award: July 24, 2026
- Full Contract Performance: July 27, 2026
- Evaluation Criteria: Best Value tradeoff procedures, where Technical is more important than price after meeting gate criteria. Gate criteria include Facility Clearance (Top Secret), Technical Approach, Management/Staffing, Small Business Participation Plan, and Cost/Price (Fair, Reasonable, Complete, Balanced, Realistic).
Action Items
- To receive an invite to the Virtual Industry Day, email timothy.prymak@us.af.mil with attendee names and emails by March 26, 2026.
- Provide feedback on Discussion Items (slide 16 of the presentation) to margaret.santos@us.af.mil and timothy.prymak@us.af.mil.
- Review the attached Preproposal Slides and PWS for detailed requirements.