IT Services RFI
ID: FA4890RFI0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ ACC AMICHAMPTON, VA, 23666, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of the Air Force is seeking capable sources for IT services through a Request for Information (RFI) related to the Joint Warfare Analysis Center (JWAC) IT Services (JITS) Indefinite Delivery Indefinite Quantity (IDIQ) contract, to be performed at Dahlgren Naval Base, Virginia. The RFI aims to identify vendors who can provide essential IT support, including system administration, cybersecurity, software development, and application management, with personnel required to possess TS/SCI/SAP security clearances. This procurement is critical for maintaining and enhancing the operational integrity of JWAC's IT infrastructure, which supports U.S. national security objectives. Interested parties must submit capability statements by April 18, 2025, and direct inquiries to Kadra Martz at kadra.martz@us.af.mil or Roy Thompson at roy.w.thompson6.civ@mail.mil.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 2:06 PM UTC
The document outlines responses to a series of questions related to a government Request for Proposal (RFP), detailing key criteria for evaluation and operational guidelines. It appears structured into numbered items, each referencing specific queries concerning the Performance Work Statement (PWS) and corresponding governmental responses. The file systematically addresses concerns raised, indicating the commitments, methodologies, and expectations from both the government and potential contracting entities. Key elements include clarifications on project scope, compliance with federal regulations, budget considerations, timelines, and required deliverables. The responses aim to guide applicants in aligning their proposals with government standards and objectives, ensuring transparency in the RFP process. This document serves as a critical resource for vendors seeking federal and local contracts, highlighting the importance of adhering to established protocols and understanding operational requirements. Overall, the primary purpose is to facilitate a clear understanding of the RFP's expectations and to foster a competitive bidding environment through comprehensive communication of government policies and criteria.
Apr 17, 2025, 2:06 PM UTC
The Request for Information (RFI) issued by the USAF/AMIC is intended to identify capable sources for IT services in support of the Joint Warfare Analysis Center (JWAC) at Dahlgren Naval Base, VA. The RFI does not constitute a Request for Proposal (RFP) and is solely for information and planning purposes, with no commitment from the government to procure any services. Interested parties are asked to submit capability statements and answer specific questions regarding their qualifications. Key details include a contract type of Indefinite Delivery Indefinite Quantity (IDIQ) with a potential performance period of one year plus four options, requiring personnel to possess TS/SCI/SAP security clearances. The government emphasizes that all responses will be considered property of the government and will not be returned. Questions must be submitted by April 7, 2025, and final capability statements are due by April 18, 2025. This RFI aims to evaluate potential contractors' ability to fulfill the outlined IT support and development services requirements.
Apr 17, 2025, 2:06 PM UTC
The document pertains to a Request for Information (RFI) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically for IT services related to the Joint Warfare Analysis Center (JWAC). It includes a series of inquiries aimed at obtaining clarifications regarding operational expectations, incumbent contracts, proposal evaluation criteria, performance metrics, and potential for collaboration. The RFI addresses whether the government will conduct an industry day, the anticipated release time for the final RFP, past performance evaluation measures, and specifics concerning security clearances and staffing needs. Key points highlight the current contract's transition, the provision of historical data to aid bidding, and the intention to evaluate innovative solutions and emerging technologies, such as AI and quantum computing. The government also seeks to ensure that potential vendors can accommodate surge staffing requirements effectively. The RFI expresses the government's commitment to fostering a competitive environment and ensuring that prospective offerors understand the scope and requirements necessary to align with operational goals. Overall, this RFI seeks to gather valuable insights to refine the upcoming solicitation process for the IDIQ contract, ultimately improving vendor engagement and meeting the government’s objectives effectively.
Apr 17, 2025, 2:06 PM UTC
The Joint Warfare Analysis Center (JWAC) is seeking proposals for IT services through the JWAC IT Services (JITS) IDIQ, with a performance work statement aimed at enhancing operations across various classified environments. The center supports U.S. national security through advanced, precision targeting options, and is composed of both civilian and military personnel in Dahlgren, Virginia. The document outlines the technical requirements for IT support, including system administration for both Windows and Linux environments, cybersecurity measures, software development, and application management. Contractors must demonstrate expertise in automation, cloud services, and compliance with rigorous cybersecurity protocols. Task orders detail expectations for supporting data science, system management, and development services, emphasizing the need for personnel to be TS/SCI cleared. The overall goal is to ensure the operational integrity and security of the JWAC’s Compartmented Computing Environment (JCCE), which supports mission-critical functions across multiple security classifications. This RFP serves a critical role in soliciting the necessary resources to maintain and advance JWAC's IT infrastructure, ensuring alignment with national military objectives while fostering technological adaptation and resilience in the face of evolving threats.
Apr 17, 2025, 2:06 PM UTC
The document comprises inquiries related to a Request for Information (RFI) regarding a current federal contract. The main topic revolves around understanding the incumbent vendor's performance, specifically the contract's value and the corresponding North American Industry Classification System (NAICS) code. The government response indicates that the incumbent vendor is Innovative Management Concepts, Inc., with a contract number FA489022F0042 valued at $10,435,438.53. There is a discrepancy noted in the NAICS classification, as the RFI states code 541990 while SAM.gov lists it as 541519. The response clarifies that both codes could potentially apply, with the final determination to be made later, which is typical in RFI processes. This document exemplifies efforts in federal contracting to clarify vendor performance and compliance while seeking to ensure transparency and accurate classification in procurement processes.
Lifecycle
Title
Type
IT Services RFI
Currently viewing
Sources Sought
Similar Opportunities
RFI OSAIS-ONE ACQUISTION SOLUTION FOR INTEGRATED SERVICESS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) regarding the OASIS-ONE Acquisition Solution for Integrated Services, aimed at supporting the 67th Cyberspace Wing at Joint Base San Antonio. The RFI focuses on understanding the capabilities of the 8(a) Small Business subpool to fulfill critical labor categories necessary for enhancing operational readiness and cybersecurity missions, which include managing and defending global Air Force cyberspace networks. This initiative is vital for ensuring mission effectiveness in cyberspace operations, with contractors expected to provide qualified manpower for various tasks outlined in the Performance Work Statement (PWS). Interested parties must submit their responses, limited to three pages and devoid of proprietary information or pricing details, by April 28, 2025. For further inquiries, contact Taurean Clark at Taurean.Clark@us.af.mil or call 380-457-2901.
Virtual Warfare Center Information Technology Support
Buyer not available
The Department of Defense, through the Air Force's 763d Enterprise Sourcing Squadron, is seeking small businesses to provide Information Technology (IT) support for the Virtual Warfare Center (VWC) at Scott Air Force Base, Illinois. The procurement aims to enhance the Air Mobility Command's (AMC) modeling and simulation capabilities, which are critical for evaluating air mobility in both peacetime and wartime scenarios, utilizing advanced computer models hosted in a cloud-based Special Access Program environment. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, 8(a) participants, Service-Disabled Veteran-Owned, and Women-Owned, are encouraged to respond by May 15, 2025, detailing their capabilities and past performance, as personnel will require Top Secret Security Clearance. For further inquiries, interested parties may contact Tonya Hughes at tonya.hughes.2@us.af.mil or Lindsay Fallon at lindsay.fallon.2@us.af.mil.
Joint Theater Level Simulation-Global Operations Support
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors to provide technical and engineering services for the Joint Theater Level Simulation-Global Operations (JTLS-GO) application. The procurement aims to enhance joint military training and operational readiness by supporting the development, maintenance, and operational enhancements of the JTLS-GO software, which is crucial for multi-level training and analysis for U.S. military personnel and coalition partners. Interested parties must possess a TS-SCI security clearance and are invited to submit their capabilities, experience, and personnel qualifications by April 28, 2025, as part of this Request for Information. For further inquiries, potential respondents can contact Martyn Piggott at martyn.t.piggott.civ@us.navy.mil.
Intelligence Systems & Capabilities “for” Space Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights on intelligence systems and capabilities for Space Operations Command (SpOC). This RFI aims to explore hardware and software solutions for intelligence planning, collection, processing, analysis, and dissemination, with a focus on agile project teams that collaborate with various mission partners to enhance operational intelligence capabilities. The initiative is crucial for ensuring timely delivery of intelligence capabilities across the Intelligence Community and Department of Defense. Interested parties are encouraged to submit their responses via email to the designated contacts, Patrick Clark and Nick Madrid, by July 15, 2025, at 12:00 PM Mountain Time, noting that all submissions will become government property and no costs will be reimbursed.
Joint Cyber Command and Control - ANTICIPATED ACQUISITIONS - UPDATE MARCH 2025
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is anticipating acquisitions related to the Joint Cyber Command and Control (JCC2) program, with updates expected in March 2025. The procurement encompasses three key areas: the Joint Cyber Command and Control Readiness (JCC2-R), which focuses on rapid capability development and operational readiness; the Enterprise Service Center, which will provide Amazon Web Services (AWS) cloud system administration and help desk support; and Field Operations Engineering, aimed at delivering technical support to the Joint Staff and Combatant Commands. These services are critical for enhancing the operational capabilities of the Joint Force and ensuring cybersecurity compliance. Interested parties can direct inquiries to Contracting Officer Kevin Grant at kevin.grant.10@us.af.mil, with estimated solicitation releases for JCC2-R in Summer 2025 and the Enterprise Service Center on March 12, 2025.
RFI_AppGate
Buyer not available
The Department of Defense, specifically the Air Force Lifecycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to explore alternative software solutions with functionalities similar to Appgate. This RFI aims to gather market research insights regarding software options that enhance cybersecurity measures and operational efficiency, focusing on offerings that diverge from current solutions in use. Vendors are requested to provide detailed descriptions of their software, including features, pricing structures, and compliance with security requirements such as zero-trust principles and cloud scalability. Interested parties should submit their responses using the provided RFI Excel sheet to the designated points of contact, Kyle Hamby and Maj Jamail Walker, via their respective email addresses by the specified deadline.
Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO) Request for Information (RFI)
Buyer not available
The Department of Defense, through the United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) Integrated Program Office (IPO), is seeking information from vendors capable of providing supplies and services to develop, integrate, and operate infrastructure for space testing ranges. The RFI focuses on gathering vendor contact information and capabilities related to infrastructure design, facilities development, network infrastructure, integration, and IT infrastructure services, specifically for classified environments. This initiative is crucial for enhancing the operational capabilities of the USSF while adhering to stringent security standards. Interested parties must submit their responses, including company information and a statement of capability, via email to the designated contacts by 5:00 PM MST on April 30, 2025, with a minimum facility clearance of TOP SECRET required at the time of submission.
Acquisition Due-In System (ADIS) & Contracting Information Database System (CIDS) Follow-On
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide program operations support for the Acquisition Due-In System (ADIS) and Contracting Information Database System (CIDS). The objective of this procurement is to maintain and enhance the operational integrity of these critical logistics business systems that facilitate the Air Force acquisition process, ensuring compliance with statutory and regulatory guidelines. The systems are essential for managing procurement data, improving acquisition efficiency, and supporting the overall logistics framework of the Air Force. Interested vendors, particularly those eligible under the 8(a) program, are encouraged to respond to the Request for Information (RFI) by May 8, 2025, and should direct inquiries to Morgan Suntay at morgan.suntay@us.af.mil or Major Ronald L. Hirsch at ronald.hirsch.1@us.af.mil.
Systems Engineering and Technical Assistance (SETA) - Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Air Force District of Washington, is seeking information for Systems Engineering and Technical Assistance (SETA) services to support the Air Force Office of Special Investigations (AFOSI) and the Department of Defense Cyber Crime Center (DC3) at Quantico, Virginia. The procurement aims to enhance investigative capabilities and operational efficiency in cyber operations, requiring specialized technical support services that include engineering analysis, project management, and compliance with DoD standards. These services are critical for bolstering national security and improving the management and deployment of advanced technologies. Interested vendors should direct inquiries to Joycelyn Roux at joycelyn.roux@us.af.mil or Danielle LaPalme at danielle.lapalme@us.af.mil, and are encouraged to review the draft Performance Work Statements (PWS) and submit their responses by the specified deadlines, as this RFI will not lead to a contract solicitation.
RFI Atlassian Alternatives
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding alternatives to Atlassian licenses for software tools that support DevSecOps for Platform One (P1) and its collaboration with the U.S. Space Force. The request for information (RFI) outlines the need for licensing options that include customizable project management tools, IT service management capabilities, and collaborative documentation features, all while ensuring compliance with DoD security standards such as CMMC, NIST, and FedRAMP. This procurement is crucial for enhancing operational efficiency and security in a highly regulated environment, with vendors required to submit their responses using the provided Excel sheet by contacting Maj. Jamail Walker at jamail.walker.1@us.af.mil or Elijah Simmons at elijah.simmons.4@us.af.mil.