Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SPECIAL NOTICE

D -- Project Taj Majal: HCM SaaS under AFLCMC Data Operations Commercial Solutions Opening

Notice Date
6/5/2025 11:03:05 AM
 
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
6/17/2025 2:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Erica Morris, Jennifer Burns, Phone: 565-5055
 
E-Mail Address
erica.morris.7@us.af.mil, jennifer.burns.8@us.af.mil
(erica.morris.7@us.af.mil, jennifer.burns.8@us.af.mil)
 
Description
Date: 5 June 2025 Amendment 2 This amendment revises the structure of the posting to align with the principles of Commercial Solutions Opening (CSO) policy and maximize vendor innovation. Summary of Changes: The Government has removed the previously provided Statement of Work (SOW), Performance Work Statement (PWS), and Attachment 1. These materials have been replaced with a Statement of Objectives (SOO) to better reflect the intent of this CSO under 10 U.S.C. � 4022. The CSO now includes a Problem Statement under Section 7.0, and the Solution Briefs for Step One has been extended until 17 June 2025 This shift is deliberate and strategic�the SOO outlines desired outcomes and performance goals, giving vendors greater autonomy and flexibility in how they propose to meet mission requirements. This approach encourages creative, commercial best practices from both traditional and non-traditional providers. Offerors shall disregard prior artifacts (including any pricing instructions in Attachment 1) and instead respond in accordance with the revised SOO and updated instructions. Step One: This step is currenlty open and the goverment is not longer accepting questions. The updated question and answers have been posted to this amendment. The Governemnt reviewed all the questions in good faith to foster openness, agility, and vendor-driven innovation in how we approach the configuation and implmentation of the Department of the Air Force's Human Capital Management System. Step Two: This is currenlty closed until the goverment has reviewed, and down-selected, and decide to mover forward with the Closed Two Step CSO. The goverment will re-open questions and anwers to the invited selected vendors for Step Two. 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� NAICS Code and Associated Description: 518210 �Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services� 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 Commercial Solutions Opening Title: Commercial Solutions Opening (CSO) � AFLCMC Data Operation CSO, Closed, Two-Step, titled �Project Taj Majal � CSO Call 7� Commercial Solutions Opening Number: FA8600-23-S-C056 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. Contracting Officer: Matthew Loffredo (e-mail: matthew.loffredo@us.af.mil) Contract Specialist: Jennifer Burns (e-mail: jennifer.burns.8@us.af.mil) Be advised that only the Contracting Officer has the authority to enter into a binding contract agreement on behalf of the United States Government. 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. Problem Statement: The Government has already selected Oracle Fusion Cloud as the baseline platform but requires a vendor capable of aligning agile delivery, integration, data migration, and change management in a complex enterprise environment. The Government previously attempted to meet this requirement through traditional FAR-based acquisition approached; however, that effort did not result in a successful fully integrated deployable solution. As a result, the Government is now leveraging the Commercial Solutions Opening (CSO) authority under 10 U.S.C 3458 to encourage innovative execution strategies-particularly those that may originate from non-traditional vendors or emerging commercial practices. This approach is intended to broaden the competitive field and accelerate mission delivery by considering a wider range of implementation models. This challenge includes navigating legacy systems, meeting audit standards, achieving user adoption, and preparing for future sustainment � all while maintaining schedule and cost discipline. Offerors are expected to address these challenges through their Step Once solution brief by proposing actionable, modular approaches aligned to the Statement of Objective (SOO). The Government is not seeking platform alternatives, but rather an innovative solution to deliver a fully configured system integration on the selected platform. 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. The goals of AF/A1 are to: To reduce the number of applications and systems within the A1 portfolio while still maintaining or exceeding today's service levels. Utilize industry best practices. Implement the selected cloud-based (COTS) HCM Software as a Service (SaaS) platforms in a secure, modular, and scalable manner. Minimize custom coding, data conversion and migration, system interfaces, and system sustainment. Ensure full enterprise integration with existing and emerging Air Force systems, including data interfaces, role-based access control, cybersecurity enclaves, and personnel/pay workflows. Submissions in response to this CSO should be implementation strategies aligned to the Government�s Statement of Objectives (SOO), with particular focus on demonstrating how their approach supports AF/A1�s goals to consolidate HR capabilities, reduce long-term system complexity, and enhance operational auditability. The Government is not soliciting development of a new software platform, but rather seeking proven methods to configure, implement, and deliver Oracle Fusion cloud HCM SaaS in a secure, scalable, and supportable manner. 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. CSO Call Purpose: This CSO is being issued as a Two-Step process under the authority of 10 U.S.C. 3458 and DFARS Subpart 212.70. Its purpose is to identify innovative execution strategies and commercial implementation models that align with the Government�s Statement of Objectives. This is a Closed, Two-Step CSO Call. The first step is currently open for Solution Briefs. If the Government proceeds, the second step will involve a down-select and invitation-only process. At that stage, it will become a competitive combined synopsis/solicitation for the down-selected solution briefs, focused on identifying technologies to support the mission of AFLCMC/GBH. The Government seeks innovative solutions and new capabilities that fulfill requirements, close capability gaps, and advance technology in the capability areas listed below Offerors are expected to submit a solution brief in Step One with the possibility of Step Two if and only if the government decides to proceed to Step Two and the vendor is selected and invited to the Step Two 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. The Government may elect to open communications or negotiations with all Step Two selected Offerors. 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. The Government reserves the right to cancel this CSO call at any time without obligation or liability. Submission of a solution brief does not constitute an offer and will not result in a contract. Step one down selections are made under broad agency discretion in accordance with 10 US.C 3458 and are not subject to protest. CSO Call Deadlines: Step One: Solution briefs must be received no later than June 17, 2025, at 5:00pm Eastern. Solution briefs received after specified date and time will not be considered. 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. Please see attachments for full details of Instructions to Offerors and Evaluation & supporting documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09be43b0c65a4c1a9f2f1477da70eefb/view)
 
Place of Performance
Address: JBSA Randolph, TX 78150, USA
Zip Code: 78150
Country: USA
 
Record
SN07466853-F 20250607/250605230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.