Capacity as A Service (CaaS)
ID: M00264-26-RFI-003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is conducting market research to identify small business vendors capable of providing Capacity as a Service (CaaS) to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure, laboratory environments, and data centers. The CaaS solution will involve the provision, installation, and maintenance of compute, networking, and storage hardware at designated government facilities, with a focus on modular, enterprise-grade performance and compliance with DoD security requirements. Interested vendors are invited to submit their responses to the Request for Information (RFI) by January 16, 2025, at 08:00 AM EST, and should direct their submissions to Kellie Holley and Kevin Guertin via email. This RFI is for informational purposes only and does not constitute a solicitation for offers.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Installations Command (MCICOM) G-6 Installation Systems Branch (ISB) seeks a Capacity as a Service (CaaS) solution to modernize its RDT&E core infrastructure and data centers. This RFI, M00264-26-RFI-003, outlines the requirement for agile, on-demand, on-premise computing, networking, and storage resources, aligning with the Data Center Optimization Initiative (DCOI). The contractor will deliver, install, and maintain bare-metal hardware at government facilities, with operational control transferring to the government upon acceptance. The contract is a Firm Fixed Price (FFP) model for unit-based capacity, with billing tied to acceptance and ceasing upon deactivation. Key requirements include compatibility with various operating systems, enterprise-grade performance, robust security, and comprehensive OEM support. The contract has a one-year base period and four one-year option periods, with specific SLAs for delivery, incident response, and billing suspension for inoperable capacity. Contractor personnel must be U.S. citizens and adhere to strict security protocols.
    The Marine Corps Installations Command (MCICOM) G-6 Installation Systems Branch (ISB) is conducting market research through a Request for Information (RFI) to identify small business vendors capable of providing Capacity as a Service (CaaS). This RFI is for planning purposes only and is not a request for quote. The CaaS solution will support the Marine Corps' Research, Development, Testing, and Evaluation (RDT&E) infrastructure, laboratory environments, and data centers. The government is seeking information on the ability to provide modular, enterprise-grade compute, storage, and network hardware, including installation, lifecycle maintenance, and OEM support. Key aspects include compatibility with various operating systems, adherence to DoD security requirements, and a firm-fixed-price per-unit billing model. Responses are due by January 4, 2025, and should address capabilities, potential barriers to competition, pricing, and NAICS classifications.
    The Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO) is conducting market research through an RFI (M00264-26-RFI-003) to identify small businesses capable of providing Capacity as a Service (CaaS). This RFI is for informational and planning purposes, not a solicitation for offers. The CaaS solution will support the Marine Corps Installations Command (MCICOM) G-6 Installation Systems Branch (ISB)'s Research, Development, Testing, and Evaluation (RDT&E) core infrastructure, laboratory environments, and data centers. The required CaaS involves providing, installing, and maintaining compute, networking, and storage hardware at designated government facilities (Kansas City, MO, and Quantico, VA). The contract type will be Firm Fixed Price (FFP) with unit pricing, and the government will not take ownership of the hardware. The RFI seeks industry feedback on technical specifications, potential risks, commercial availability, pricing structures, and NAICS codes. Submissions are due by January 16, 2025, at 08:00 AM EST.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    SAF/CDM FENCES Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the SAF/CDM FENCES requirement, which aims to provide secure cloud computing services through a Platform-as-a-Service (PaaS) supported by Infrastructure-as-a-Service (IaaS) for Special Access Program (SAP) customers. The initiative focuses on enabling these customers to access multiple commercial cloud capabilities in a manner that complies with Department of Defense policies and guidelines, ensuring high availability, scalability, and cybersecurity. Interested parties are encouraged to respond to the Request for Information (RFI) by January 5, 2026, addressing specific questions related to contract strategy and technical requirements. For further inquiries, contact Christina Fernandez at christina.fernandez@us.af.mil or Agatha Hebbe at agatha.hebbe@us.af.mil.
    DH10--IBM Mainframe as a Service - RFI ONLY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from contractors regarding a Mainframe-as-a-Service (MFaaS) solution for its IBM mainframe environment, specifically targeting IBM Z16 mainframes and associated software. The procurement aims to identify contractors with expertise in managing mainframe systems, ensuring 24/7/365 availability, efficient storage, transaction processing, and robust security administration, while also overseeing software procurement, installation, and program management. This initiative is crucial for maintaining the VA's IT infrastructure and ensuring compliance with operational standards, with responses to the Request for Information (RFI) due by January 9, 2026. Interested parties should contact Contract Specialist Shannon Hines at Shannon.Hines@va.gov or 848-377-5243 for further details.
    NGA Common Operations Release Environment (CORE), Helm-Infrastructure as a Code
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) is seeking information from contractors regarding the implementation of a cost-effective "Configuration as a Service" platform for the NGA Common Operations Release Environment (CORE), specifically focusing on Helm-Infrastructure as a Code. This initiative aims to address the constraints imposed by the Department of War, the Intelligence Community, and NGA-specific IT system and cyber requirements. The RFI is intended for information and planning purposes only, and responses must be submitted electronically on the classified Intelligence Community Acquisition Research Center (ARC) website by 5:00 pm ET on January 23, 2026, with questions due by 12:00 noon ET on January 9, 2026. Interested parties must have a classified ARC account to participate, and inquiries regarding account creation can be directed to the ACE IT Helpdesk.
    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.
    NGA Common Operations Release Environment (CORE) Modernization RFI
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking information through a Request for Information (RFI) regarding the modernization of its Common Operations Release Environment (CORE). The agency aims to gather insights on technical solutions and industry practices to enhance the operations, sustainment, and modernization of its DevSecOps environment, with a focus on scalability, affordability, and effectiveness, as well as expertise in engineering and product management for Kubernetes deployment across its security domains. This RFI is intended solely for information and planning purposes, and responses must be submitted electronically on the classified Intelligence Community Acquisition Research Center (ARC) website by 5:00 PM ET on January 23, 2026, with questions due by 12:00 noon ET on January 9, 2026. Interested parties must have a classified ARC account to participate, and inquiries can be directed to Kelly Fowler or Travarus Davis via their provided contact information.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers for "Pure Storage as a Service" to manage and store data securely. The procurement aims to establish a reliable storage solution that meets the SAA's data processing and cybersecurity requirements, ensuring compliance with Senate regulations. This service is critical for maintaining the integrity and confidentiality of sensitive Senate data. Interested vendors must submit their proposals by January 12, 2025, including a signed pricing table and proof of authorization as a Pure Storage reseller, with questions due by December 29, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-224-0120.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Dept Of Defense
    The Department of Defense, specifically the Project Manager Terrestrial Sensors (PM TS), is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within its portfolio, including systems like G-BOSS(E), PSS-T, and Te-UAS. The objective is to identify novel and mature C2 software technologies that are platform-agnostic and can enhance situational awareness across various systems, addressing connectivity challenges and compliance with Integrated Sensor Architecture (ISA) and Unified Data Reference Architecture (UDRA). This RFI is intended for market research purposes only and does not guarantee a future contract award; however, interested parties are encouraged to submit a Capability Statement by December 15, 2025, with responses due by January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Request for Information for Defense Travel System and Centrally Billed Account Reconciliation Support
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from qualified contractors to provide non-personal services for Defense Travel System (DTS) and Centrally Billed Account (CBA) reconciliation support. The primary objective of this procurement is to ensure timely payment of monthly invoices in compliance with the Prompt Payment Act, while overseeing military and civilian travel transactions and mission-related charges. This contract, which includes a one-year base period and four one-year option periods, is critical for maintaining the integrity of travel-related financial operations within the DHA. Interested parties must submit a capability statement by January 21, 2026, to Saera Khan at saera.khan.civ@health.mil, as all submissions will become government property and no feedback will be provided.