IT Services RFI
ID: FA4890RFI0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ AIR COMBAT COMMAND 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
    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
    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.
    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.
    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.
    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.
    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
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    Gartner IT Advisory Service J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Gartner IT Advisory Services through a Justification and Approval (J&A) process. This procurement aims to secure expert advisory services in IT and telecommunications, particularly focusing on network as a service, to enhance operational efficiency and decision-making within the department. The importance of these services lies in their ability to provide strategic insights and guidance on IT investments and innovations, which are critical for maintaining technological superiority. Interested parties can reach out to Sarah Dietel at sarah.walton-dietel@us.af.mil or Noemi Velez at noemi.velez@us.af.mil for further information regarding this opportunity.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    Defense/Aerospace Competitive Intelligence Service
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington D.C., is seeking to procure a Defense/Aerospace Competitive Intelligence Service through a single-source contract. This procurement is aimed at obtaining specialized intelligence services that are critical for enhancing the operational capabilities of the Air Force, with the contract having been awarded to Infobase Publishers, Inc. on April 10, 2023. The services will focus on IT and telecom solutions, particularly in the area of platform as a service, which is vital for maintaining competitive advantage in defense and aerospace sectors. For further inquiries, interested parties can contact Amanda Fay Henderson at amanda.henderson.2@us.af.mil.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.
    Redacted Justification & Approval (J&A)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is issuing a Justification and Approval (J&A) for procurement related to IT and telecom hardware, specifically servers and perpetual license software. This procurement aims to address specific operational needs within the agency, although detailed requirements are not disclosed in the available documentation. The goods and services sought are critical for maintaining and enhancing the agency's technological infrastructure. For further inquiries, interested parties can contact Jeffrey J. Mahlmeister at jeffrey.mahlmeister@dla.mil or by phone at 586-467-1158.