Data Backup Storage and Recovery
ID: FA302225Q0322Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a comprehensive data backup storage and recovery solution for Columbus Air Force Base (AFB). The project aims to refresh the existing network backup system, which is currently unsupported and has failed, thereby jeopardizing the base's ability to back up and restore critical data. The contractor will be responsible for delivering a turnkey solution that includes installation, configuration management, and training, with specific technical requirements such as multi-vendor support, data encryption, and compliance with DISA STIG standards. Interested parties should contact Yolanda Pruitt at yolanda.pruitt@us.af.mil or Nina M. Jones at nina.jones.2@us.af.mil for further details, as the due date for submissions has been extended due to document accessibility issues.

    Files
    Title
    Posted
    The government's Addendum 52.212-2 outlines the evaluation criteria for awarding contracts for commercial products and services. The primary factors for evaluation are technical capability and price. Technical capability will be assessed on an acceptable/unacceptable basis, and only offerors deemed technically acceptable will proceed. Among these, the contract will be awarded to the offeror with the lowest evaluated price. The government reserves the right to conduct discussions if necessary. A written notice of award, furnished to the successful offeror, will result in a binding contract. This addendum ensures a fair and competitive process for government solicitations.
    Columbus Air Force Base (AFB) requires a technical refresh of its data center backup and recovery solution. The existing system is end-of-life, unsupported, and has failed, leaving the base unable to back up or restore critical data. This non-compliance issue affects COOP and DRP. The project, to be completed within 30 days of award, demands an all-in-one backup solution with updated software and two geographically separate hardware appliances. Key technical requirements include multi-vendor support, multi-factor authentication/CAC integration, various backup forms, data recovery capabilities, Windows and Linux support, data encryption (in-flight and at-rest), immutability, a hardened OS, minimum 80TB scalable storage, cloud backup support, DISA STIG compliance, zero-trust capabilities, and a turnkey solution with training. The contractor is responsible for site preparation, including electrical and grounding systems, cable marking, and adherence to security requirements such as background checks, key control, and property protection.
    This government file, FA302225Q0322, details numerous mandatory clauses and provisions for federal contracts, particularly focusing on commercial products and services. Key areas include compliance with cybersecurity and safeguarding defense information (DFARS 252.204-7012, 252.204-7019, 252.204-7020), prohibitions on specific telecommunications equipment and services (DFARS 252.204-7017, 252.204-7018, FAR 52.204-25), and restrictions on business operations with certain regimes or regions (DFARS 252.225-7055, 252.225-7056, 252.225-7059, 252.225-7060). It also outlines requirements for electronic payment submissions via Wide Area WorkFlow (WAWF) (DFARS 252.232-7006), representations and certifications regarding small business status, Buy American Act compliance, and prohibitions against various illicit activities (FAR 52.212-3). The document emphasizes supply chain security, ethical conduct, and compliance with numerous federal regulations, ensuring contractors adhere to stringent government standards and socio-economic objectives.
    This government file outlines several crucial clauses for federal solicitations and contracts, particularly for Department of the Air Force projects. The Ombudsman clause (JUL 2023) establishes a confidential channel for resolving concerns from offerors, emphasizing that initial issues must be directed to the contracting officer and do not affect official timelines or processes. The Elimination of Use of Class I Ozone Depleting Substances (ODS) clause (JUN 2024) prohibits contractors from using or specifying Class I ODS (e.g., specific halons, CFCs, carbon tetrachloride) in products or services. The Health and Safety on Government Installations clause (JUL 2023) mandates contractors to take precautions against accidents and health risks on government sites, with violations potentially leading to contract termination. Finally, the Contractor Access to Department of the Air Force Installations clause (JUN 2024) details requirements for contractor personnel to obtain identification and vehicle passes, comply with access rules, and register for emergency notifications, with non-compliance potentially resulting in withheld final payment. These clauses collectively ensure fair resolution processes, environmental protection, personnel safety, and secure access on government installations.
    This government file, Wage Determination No. 2015-5157, outlines the minimum wage rates and benefits for service contract employees in specific Mississippi counties, effective 2025. It details compliance requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document specifies various occupational categories from administrative support to technical roles, each with corresponding hourly wage rates. It also mandates fringe benefits, including health and welfare ($5.55/hour or $5.09/hour if covered by EO 13706), paid vacation (2-3 weeks), and eleven paid holidays. Additionally, it addresses paid sick leave under EO 13706, hazardous duty pay differentials, uniform allowances, and the conformance process for unlisted job classifications.
    The provided file indicates that the document could not be displayed and advises the user to upgrade their PDF viewer to the latest version of Adobe Reader. It also offers links for further assistance with Adobe Reader. This content suggests the file itself is not a government RFP, federal grant, or state/local RFP, but rather a placeholder or error message within a system that might handle such documents.
    The document, titled "Microsoft Information Protection," states that its content is encrypted and inaccessible to unauthorized users or those using unsupported PDF viewers. It directs users to open the document with a PDF viewer that supports Azure Rights Management or to contact the document owner for permissions. The document also provides a link to learn more about PDF documents protected by Microsoft Information Protection and includes a privacy statement. This indicates that the file is a protected government document, likely an RFP, grant, or state/local RFP, emphasizing the importance of secure access to sensitive information.
    The provided document, likely a Q&A from a government RFP for data backup and recovery solutions, addresses two key points. Firstly, it clarifies that a Statement of Work (SoW) attached as attachment #2 is necessary for submission, directing the inquirer to an updated addendum 52.212-2 for further details. Secondly, it responds to a vendor's inquiry about substituting a newer 7000 series box with identical specifications and price for the originally estimated 6000 series, due to the 7000 series having a longer manufacturer support cycle. The response confirms that if the proposed substitution is for the Rubric R6000S, it will be acceptable.
    The document, titled "Data Backup and Recovery Q&A II," addresses a question regarding socket counts on RFQ documents for data backup and recovery devices. The inquiry highlights the necessity of this information for accurate responses to RFQs. In response, the document clarifies that most modern devices in this category typically support 8 to 12 SSD or HDD slots, indicating this as a standard slot count for these devices. This exchange is relevant in the context of government RFPs, as it provides crucial technical specifications needed for vendors to accurately bid on data backup and recovery solutions.
    The document is an alert regarding a file protected by Microsoft Information Protection encryption. It informs the user that they are unable to view the content because they are either unauthorized or using an unsupported PDF viewer. To access the document, the user must use a PDF viewer that supports Azure Rights Management or contact the document owner for permissions. The document also provides information on learning more about PDF documents protected by Microsoft Information Protection and includes a privacy statement. This file is likely part of a secure communication or document exchange process within a government context, such as a confidential RFP or grant application, where information security is paramount.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ULI - Backup Solution Hardware
    Buyer not available
    The Department of Defense, specifically the Kessel Run office of the Air Force at Hanscom AFB, is seeking to procure backup solution hardware through a delivery order awarded via NASA SEWP. This procurement aims to fulfill a requirement for the Unit Level Intelligence (ULI) office, necessitating brand name hardware as outlined in the attached Brand Name Justification document. The goods are critical for enhancing IT management tools and products within the Air Force's operational framework. Interested vendors can reach out to Brett Clemens at brett.clemens.1@us.af.mil or Joseph Pisano at joseph.pisano.2@us.af.mil for further inquiries regarding this opportunity.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage and protect SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, with specific requirements for compliance with federal regulations, including the necessity for an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This opportunity is critical for ensuring the integrity and security of data within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and any necessary agreements, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    Digitization of Historical Documents
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a commercial service to digitize historical documents located at Arnold Air Force Base in Tennessee. The project entails organizing materials from two specific buildings, developing a disposition plan for redundant items, coordinating with the AEDC Historian's office, digitizing all files (including information from CDs), indexing the digitized files, and creating a user-friendly searchable database. This initiative is crucial for preserving Controlled Unclassified Information (CUI) and ensuring easy access for squadron personnel. Interested companies must submit their information, including their SAM UEI Number and budgetary estimates, by December 19, 2025, and will be invited to a virtual information exchange in January 2026. For further inquiries, contact Brooke Vandeman at brooke.vandeman@us.af.mil or Haley Smith at haley.smith.10@us.af.mil.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    AMDOTS Warranty Justification and Approval
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    Cohesity Backup Storage
    Buyer not available
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    Falcon X Crowdstrike
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the CrowdStrike Falcon Elite package to enhance its threat intelligence capabilities. This procurement aims to provide comprehensive reporting on Advanced Persistent Threat (APT) activity in gray space, leveraging a network of over 14 million endpoint sensors across 176 countries. The services are critical for maintaining cybersecurity and protecting sensitive information within the military infrastructure. Interested vendors can reach out to Stephen Planer at stephen.planer.1@us.af.mil or call 405-734-9922 for further details regarding this opportunity.
    Cross Connection Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to conduct a Cross Connection Survey and Backflow Prevention Program at Offutt Air Force Base (AFB) in Nebraska. The contractor will be responsible for performing a comprehensive survey of all water-using facilities, identifying potential cross-connections, and evaluating existing protections in compliance with federal, state, and local regulations. This project is critical for ensuring water safety and compliance, and it requires the contractor to develop a work plan, health and safety plan, and compile findings into a consolidated database with prioritized recommendations and cost estimates for program improvement. Interested parties should contact Daniel Kuchar at daniel.kuchar@us.af.mil or Guillermo Espinoza at guillermo.espinoza@us.af.mil for further details, and responses must be submitted via email to demonstrate capability and interest in the requirement.