{
  "schemaVersion": "2.0",
  "schemaName": "govscope.requirements_matrix.customer_v2",
  "caseKey": "opp-72cae92a7191480881b4b90d3cce185e",
  "samUrl": "https://sam.gov/opp/72cae92a7191480881b4b90d3cce185e",
  "opportunityTitle": "AFTOC Sustainment RFI",
  "summary": "This solicitation includes 13 required obligations and 0 attachment-derived requirements.",
  "resolvedDeadlines": null,
  "performancePeriodSchedule": {},
  "performancePeriodExplicitFields": {},
  "verificationChecklist": [],
  "qualityAssessment": {},
  "rows": [
    {
      "rowId": "REQ-RFI-003",
      "matrixSection": "Security / Privacy",
      "requirement": "Include company info, CAGE, UEI, size status, subcontracting %, teaming info, and security capability.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Capability Statement",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4118",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4118?requirement=REQ-RFI-003",
        "sourceDocumentName": "AFTOC RFI.pdf",
        "sourceSection": "Submission Requirements",
        "sourcePage": "3",
        "sourceExcerpt": "1) Company name, address, point of contact name, telephone, and email address. 2) CAGE Code and Unique Entity ID. 3) Identify whether company is a small business or large business under 541330 (Engineering Services) 4) Please identify the percentage of small business subcontracting contemplated 5) If subcontracting or teaming is anticipated address the administrative and management structure",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-003",
      "matrixSection": "Security / Privacy",
      "requirement": "Comply with CUI markings (DoDI, NIST) and encrypt AFTOC data in transit.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-003",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "2.6 Task 6 – Controlled Unclassified Information (CUI) Data Markings",
        "sourcePage": "17",
        "sourceExcerpt": "1. Comply with all requirements related to CUI markings of AFTOC data (all data will follow published DoDI, and National Institute of Standards and Technology (NIST) guidance). 2. Ensure CUI markings are clearly identified on all materials containing AFTOC data. 3. Ensure data encryption is utilized when sending AFTOC data via email or any other transfer mechanisms.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-004",
      "matrixSection": "Security / Privacy",
      "requirement": "Provide DBA support, maintain security certs, apply STIGs quarterly, and submit Quarterly STIG checklists.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-004",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "2.11 Task 11 - Database Administration (DBA)",
        "sourcePage": "21",
        "sourceExcerpt": "22. Maintain security certifications. 23. Ensure applicable STIGs are updated and applied to all databases quarterly. 24. Provide completed Quarterly STIG checklists to AFTOC Information Systems Security Manager (ISSM). (A023)",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-RFI-001",
      "matrixSection": "Submission",
      "requirement": "Provide capability statement max 15 pages, Times New Roman 12-point font, 8.5x11 paper, MS Word or PDF format.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Capability Statement",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4118",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4118?requirement=REQ-RFI-001",
        "sourceDocumentName": "AFTOC RFI.pdf",
        "sourceSection": "Submission Requirements",
        "sourcePage": "3",
        "sourceExcerpt": "All interested firms having the experience, skills and capabilities necessary to perform the stated requirements are requested to provide capability statements no more than fifteen (15) pages maximum; in “Times New Roman” 12-inch font on 8.5 x 11 paper. Only attach MS Word files or Adobe Acrobat PDF files in electronic correspondence. No hard copy or facsimile submissions will be accepted.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "AUTO-TEMPLATE",
      "matrixSection": "Submission",
      "requirement": "The Contractor shall ensure applicable STIGs are updated and applied to all databases quarterly, provide completed Quarterly STIG checklists (A023) to the AFTOC Information Systems Security Manager, and ensure personnel meet the minimum experience requirements and system knowledge specified in Appendix B and Section 2.1.4.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "medium",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "appendix b",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=AUTO-TEMPLATE",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "15. Generate traces, execution plans, identify performance issues, deadlocks/contention",
        "sourcePage": "21",
        "sourceExcerpt": "Certifications. 23. Ensure applicable STIGs are updated and applied to all databases quarterly. 24. Provide completed Quarterly STIG checklists to AFTOC Information Systems Security Manager (ISSM). (A023) 2.12 Knowledge, Skills & Abilities (KSAs) Required reference Appendix B for minimum experience requirements by labor category. Contractor personnel performing under this contract shall possess: 2.13 The Contractor must demonstrate working knowledge of all systems outlined in section 2.1.4. Key Skillset",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-005",
      "matrixSection": "Deliverables",
      "requirement": "Provide Transition-In Plan at Kickoff and Transition-Out Plan 90 days prior to contract/option expiration.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "medium",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-005",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "6.3 Transition-In Plan (A028) / 6.4 Transition-Out Plan (A029)",
        "sourcePage": "38",
        "sourceExcerpt": "6.3.1 The Contractor shall provide a Transition-In Plan at the Kickoff Meeting; the plan shall facilitate the accomplishment of a seamless transition",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-006",
      "matrixSection": "Deliverables",
      "requirement": "Report all labor hours in SAM by 31 October annually.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "low",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-006",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "6.7 System for Award Management (formerly CMRA)",
        "sourcePage": "41",
        "sourceExcerpt": "6.7.1. The Contractor shall report ALL labor hours (including subcontractor labor hours) required for performance of services provided under this contract via the System for Award Management (SAM) data collection site",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-RFI-002",
      "matrixSection": "Schedule",
      "requirement": "Submit response electronically by 1400 EST, 24 April 2026.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Capability Statement",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4118",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4118?requirement=REQ-RFI-002",
        "sourceDocumentName": "AFTOC RFI.pdf",
        "sourceSection": "Submission of Responses",
        "sourcePage": "4",
        "sourceExcerpt": "Submission of Responses: Please submit your final documentation electronically to the Points of Contacts listed above later than 1400 EST, Friday 24 April 2026. Submissions to any person other than the ones listed above will not be considered. Submissions after this date will not be considered.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-RFI-004",
      "matrixSection": "Evaluation",
      "requirement": "Provide recent (3-5 years) relevant experience examples with contract details.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Capability Statement",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4118",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4118?requirement=REQ-RFI-004",
        "sourceDocumentName": "AFTOC RFI.pdf",
        "sourceSection": "Submission Requirements",
        "sourcePage": "4",
        "sourceExcerpt": "8) Identify how the firm’s recent experience for similar contracts and/or projects accomplished within the last 3-5 years is relevant to the AFCAA/AFTOC requirements. Please include in your response specific examples of prior efforts similar to the requirement with: a. A brief description of each contract and/or project; b. contract/acquisition vehicle type (BPA, FFP, CPFF, etc.); c. contract number; d. period of performance; and, e. A Government Point of Contact name and email address, if applicable.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-001",
      "matrixSection": "Key Personnel / Staffing",
      "requirement": "Provide Key Personnel. No substitutions in first 90 days without KO approval. 30 days notice and resumes for replacements.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-001",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "4.14 Key Personnel",
        "sourcePage": "30",
        "sourceExcerpt": "During the first 90 calendar days of performance, the Contractor shall make no substitutions of designated key personnel without the approval of the KO The Contractor shall notify the KO in writing of any proposed replacement at least thirty days in advance of the replacement.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-PWS-002",
      "matrixSection": "Contractual / Admin",
      "requirement": "Perform at Hill AFB, UT. Maximize telework. Comply with remote access and RMF Whitelist policy.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "medium",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": null,
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=REQ-PWS-002",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "6.1.3 Place of Performance / 6.1.4 Remote and Telework",
        "sourcePage": "37",
        "sourceExcerpt": "6.1.3 Place of Performance. The Contractor shall be located at the Hill, AFB in Ogden, Utah to perform and accomplish tasks identified in this task order 6.1.4 Remote and Telework. The Contractor is expected to meet all contractual requirements while also ensuring that telework is utilized to the maximum extent practical",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "REQ-RFI-005",
      "matrixSection": "Technical",
      "requirement": "Describe in detail the four critical areas and how your firm's capabilities will meet AFCAA's objectives, provide one or two relevant examples of demonstrated prior experience on related PWS task areas, and address the technical questions from Section 3.0.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Capability Statement",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4118",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4118?requirement=REQ-RFI-005",
        "sourceDocumentName": "AFTOC RFI.pdf",
        "sourceSection": "3.0 SERVICE REQUIREMENT TASK AREAS/ELEMENTS",
        "sourcePage": "1",
        "sourceExcerpt": "Please describe in detail the four critical areas and how your firm’s capability will help meet AFCAA’s objectives for this requirement. Please provide one or two relevant of demonstrated prior experience your firm performed on the related PWS task areas. 1.",
        "citationQuality": "Exact page citation"
      }
    },
    {
      "rowId": "AUTO-PRICING",
      "matrixSection": "Pricing",
      "requirement": "Provide sustainment support for the Air Force Total Ownership Cost (AFTOC) system for the Air Force Cost Analysis Agency (AFCAA) by maintaining a centralized data repository for cost, logistics, and programmatic information.",
      "obligation": "MANDATORY",
      "obligationLabel": "Required",
      "criticality": "high",
      "lifecycle": null,
      "applicability": {},
      "evidenceArtifacts": [],
      "whatToPrepare": "Pricing table / price proposal",
      "sourceBasis": null,
      "rowConfidence": {},
      "validationFlags": [],
      "evidenceLinks": [],
      "evidence": {
        "sourceDocumentId": "doc_4117",
        "sourceDocumentHref": "https://capture.govscope.io/cases/opp-72cae92a7191480881b4b90d3cce185e/sources/doc_4117?requirement=AUTO-PRICING",
        "sourceDocumentName": "AFTOC PWS MR V3.pdf",
        "sourceSection": "SECTION I",
        "sourcePage": "4",
        "sourceExcerpt": "Of 51 SECTION I 1.0 DESCRIPTION OF SERVICES 1.1 General. The purpose of this contract is to provide sustainment support of the Air Force Total Ownership Cost system (AFTOC) for the Air Force Cost Analysis Agency (AFCAA). The AFTOC system serves as a centralized data repository, collecting and standardizing cost, logistics, and programmatic information from over 26 distinct Department of the Air Force data sources. The platform",
        "citationQuality": "Exact page citation"
      }
    }
  ]
}