The Performance Work Statement (PWS) outlines the requirement for comprehensive Information Technology (IT) services support for the 23 Flying Training Squadron (FTS) stationed at Fort Novosel, Alabama. The objective is to provide extensive IT services, including Tier-I and Tier-II Help Desk Support, asset management, network administration duties, and technical support for over 400 users. Essential services include managing hardware and software, backup/restoring data, and ensuring compliance with security protocols.
Key certifications for contractors include DoD-mandated cybersecurity training and experience in handling specific desktop images and network infrastructure. The PWS also stipulates performance standards, hours of operation, and detailed responsibilities concerning inventory management, maintenance, and technical troubleshooting.
It emphasizes the necessity of maintaining a robust cybersecurity posture and outlines a structured approach to risk analysis, continuous monitoring, and quality assurance. This document aligns with federal contract requirements to secure IT operations and ensure effective support for mission-critical functions. Overall, the PWS aims to foster optimal operation of the 23 FTS information systems while adhering to established government policies and standards.
The 42d Contracting Squadron at Maxwell AFB, AL is seeking industry input to finalize its acquisition strategy for Information Technology Services Support for the 23 FTS. This initiative aims to ensure effective IT and Information Management structures, promoting optimal deployment and operation of the 23 FTS Information Systems. The request is part of a sources sought notice, not a solicitation; thus, proposals should not be submitted at this stage. Key details include the request for general information regarding interested companies, including business type and NAICS codes, as well as capabilities related to the requirements in the draft Performance Work Statement (PWS). Interested parties are asked to submit responses via email by February 20, 2025, at 12:00 p.m. Central Standard Time. The responses may inform a potential future solicitation. Contact details for the contracting officials are provided for further inquiries.