Skip to content
Department of Defense

RFI: Executive Decision Model

Solicitation: EDM-RFI-001
Notice ID: c41c1aff89c74cd582bc514a8ee13c31
TypeSources SoughtNAICS 541519PSCDA01Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateTXPostedJan 28, 2026, 12:00 AM UTCDueFeb 11, 2026, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 11, 2026. Industry: NAICS 541519 • PSC DA01.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: EDM-RFI-001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$696,070,323
Sector total $5,796,843,778,376 • Share 0.0%
Live
Median
$492,682
P10–P90
$18,120$73,019,472
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,710,819)
Deal sizing
$492,682 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Dwg, Texas • United States
State: TX
Contracting office
Jbsa Randolph, TX • 78150-4300 USA

Point of Contact

Name
Jackson Hager
Email
jackson.hager@us.af.mil
Phone
Not available
Name
Robert Widdoss
Email
robert.widdoss.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR EDUCATION AND TRAINING COMMAND
Office
FA3002 338 ESS CC
Contracting Office Address
Jbsa Randolph, TX
78150-4300 USA

More in NAICS 541519

Description

1.0  Description

1.1  The Air Education and Training Command A9 Division (AETC/A9) is seeking information on how interested contractors would provide services necessary to sustainment of an existing, contractor-provided, fully operational analytical capability, known as the Executive Decision Model (EDM). The contractor must maintain and sustain the existing EDM, to include EDM Online, and provide pilot training pipeline studies and analyses using these tools. The Contractor shall possess and provide this capability, including the integrated Platform Utilization Logistics Status Enterprise (PULSE) and the Lifecycle Enhanced Asset Decision Software (LEADS). The Contractor shall provide all maintenance, sustainment, configuration, user training, documentation, and helpdesk support for the EDM system. EDM must provide AETC with a high-fidelity representation of AETC’s UPT, PIT, ENJJPT, FBF, CSO, and government- selected FTU operations at each of their respective training locations,

1.2  An effective solution must provide all services necessary to support EDM as stated in the attached Draft PWS, section 3.

1.3  THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals.  Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

2.0  Background

The Air Education and Training Command A9 Division (AETC/A9) is responsible for providing Headquarters (HQ) Air Education and Training Command (AETC) and 19th Air Force (19 AF) with aircrew training program analyses. 19 AF is responsible for executing operational-level command and control of all formal aircrew flying training missions within AETC and providing Airmen with a 5th generation, cross-domain, warrior mindset to sustain the United States Air Forces combat capability. HQ AETC and 19AF have a requirement to utilize the AETC Executive Decision Model (EDM) to forecast the impact of resourcing and requirement decisions across AETC’s Flying Training enterprise. EDM is a probabilistic model accounting for process variance within AETC’s Undergraduate Pilot Training (UPT), Pilot Instructor Training (PIT), Euro-NATO Joint Jet Pilot Training (ENJJPT), Fighter Bomber Fundamentals (FBF), Combat Systems Operator (CSO), and Formal Training Unit (FTU) operations.

2.1  Limitations:

Vendor must be able to travel and meet the deliverables as set forth in the Performance Work Statement (PWS).

2.2  Security Requirements:

There are no classified information requirements.

3.0  Purpose

This effort focuses on the technical solution to support the existing EDM model.

4.0  Response Format

4.1 Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than three (3) pages. All interested parties are invited to provide the following information: 

a. Company Name, Commercial and Government Entity (CAGE) Code and Unique Entity ID (UEI) Number.

b. Point of Contract (to include phone and email).

c. Website URL, if applicable.

d. State if your company is SAM registered under NAICS code 541519.

e. State whether your firm is large, small business, small disadvantaged business (SDB), 8(a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon the for North American Industry Classification System (NAICS) code 541519.

f. Can your company meet all the description of supplies/services task described in the attached draft performance work statement (PWS)?

g. What specific experience does your company have that would be applicable to the requirements stated in the draft PWS? Can you provide a description of your experience with device-level identity management and authentication solutions?

h. Detail your approach to maintaining and supporting EDM.

i. Describe your previous experience with services in relation to the Draft PWS. Include the contract number and contracting agency and provide a POC at that agency if possible.

j. How would your company transition from the current contractor to ensure no interruption in services? Please address the transfer of knowledge, data, and systems.

k. What, if any risk or unknowns would hinder your ability to meet the requirement?

l. If your company is on a GSA schedule, please provide your contract number, labor categories, and rates that are applicable to the scope of work described in the draft PWS.

m. Do you see an innovative solution to providing EDM support?

4.2. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude.

4.3 All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 12:00 PM (CST), on 11 Feb 26. Information shall be provided via e-mail in either Microsoft Word and/or Microsoft PowerPoint. Forward your responses regarding this RFI to the POCs identified below.

5.0  Industry Discussions

AETC/A9 representatives may or may not choose to meet with respondees.  Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.

6.0  Questions

Questions regarding this announcement shall be submitted in writing by email to Mr. Jackson Hager at jackson.hager@us.af.mil, CC’ing Mr. Robert Widdoss at robert.widdoss.2@us.af.mil.  Verbal questions will NOT be accepted.  Questions SHALL NOT contain proprietary or classified information.  Answers to questions will be shared with all respondees. The Government does not guarantee that questions received after 11 Feb 26/ 1200 CST will be answered.

7.0  Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide innovative technology and outreach methods.  The information provided in the RFI is subject to change and is not binding on the Government.  The DAF has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become Government property and will not be returned.                                                                                       

Attachments:

  1.  PWS EDM FY 20260126_(RFI DRAFT)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.