Information Management- Infrastructure Maintenance
ID: 7712ITIM2024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8003 771 ENTERPRISE SOURCING SQWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors for the Information Technology - Infrastructure Maintenance (IT-IM) contract, aimed at ensuring the operational readiness of critical communication systems across all Air Force installations. This procurement focuses on legacy IT maintenance and sustainment services for systems such as Giant Voice, Land Mobile Radio (LMR), VOIP, and Microwave, emphasizing routine maintenance, troubleshooting, and compliance with Department of Defense standards. The contract is expected to include one base year and four one-year option periods, with interested vendors required to submit their capabilities, past experience, and quality control measures by January 30, 2025. For further inquiries, vendors can contact Sandy Thompson at sandy.thompson@us.af.mil or Michaela Desch at michaela.desch@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Installation & Mission Support Center (AFIMSC) seeks to ensure the operational readiness of key communication systems through the Information Technology - Infrastructure Maintenance (IT-IM) contract. This acquisition covers systems like Digital Voice, Giant Voice, Microwave, and Land Mobile Radio across all Department of the Air Force installations globally. The contractor will undertake routine maintenance, troubleshooting, repairs, and modernizations to enhance system capabilities while aligning with applicable Department of Defense standards. Key service areas include routine maintenance and preventive inspections, effective documentation of maintenance activities, adherence to cybersecurity practices, and the creation of a Quality Control Program to guarantee service levels. The overall structure emphasizes maintenance responsibilities, outage management, documentation, safety practices, and effective communication with government representatives. Contractors must ensure compliance with physical security, access control, and record management, guaranteeing all activities align with Air Force directives. Ultimately, this contract facilitates a systematic approach to sustain critical IT infrastructures vital for mission success, emphasizing quality service delivery, responsiveness to outages, and strategic upgrades as mission needs evolve.
    The Department of the Air Force's Air Force Materiel Command is conducting a Sources Sought synopsis to identify potential vendors for Information Technology Infrastructure Maintenance (IT-IM) services at Wright-Patterson Air Force Base. This request aims to enhance collaboration across various management and engineering disciplines while ensuring the maintenance of mission-critical systems, including Voice Systems, Cable Infrastructure, and Land Mobile Radio systems. The anticipated contract includes one base year and four one-year option periods. Interested vendors must provide information regarding their business size, capabilities, past experience, and quality control measures. Additionally, corporate experience related to similar maintenance and sustainment services is requested, along with details of relevant inventory practices and environmental compliance measures. The deadline for responses is set for January 30, 2025. This effort is not a formal solicitation but aims to gather industry insights to inform future requirements and solicitations relating to IT infrastructure needs within the Air Force. All responses may be made publicly available.
    Lifecycle
    Title
    Type
    Similar Opportunities
    COMMUNICATION SYSTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of communication systems under a federal contract. The procurement aims to ensure the operational readiness of critical communication equipment, with a focus on maintaining high-quality standards and timely repair turnaround times. This contract is vital for supporting national defense and operational capabilities, as the communication systems play a crucial role in military operations. Interested contractors should submit their quotes, including unit prices and repair turnaround times, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    RFI- Interim Contractor Support or Commercial TRON solution.
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to provide Interim Contractor Support and Sustainment for the Tactical Remote Operations Node (TRON) Program. This Request for Information (RFI) aims to identify vendors capable of delivering both maintenance services and alternative off-the-shelf solutions that meet the operational requirements of TRON systems, which include transportable and fixed communication nodes. Interested parties must possess a valid U.S. CAGE code and at least a Secret facility clearance, with responses due by July 20, 2025. For further inquiries, vendors can contact Abigail Browchuk at abigail.browchuk@us.af.mil or Michael Lodi at michael.lodi@us.af.mil.
    Land Mobile Radio (LMR) Tower Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the repair of the Land Mobile Radio (LMR) tower at Moody Air Force Base in Fort Moore, Georgia. The project involves critical repairs to the LMR tower, which serves as the primary communication antenna for handheld radios across the base, including the installation of top cap plates to prevent water intrusion, tensioning of guy wires, relocation of side arms, removal of unused antennas, and application of cold galvanizing compound to corroded components. Interested vendors must submit a capability statement demonstrating their qualifications and past performance by July 8, 2025, at 10:00 am EST, to the primary contacts Samantha Elia and Ian Larsson via email. The NAICS code for this requirement is 811210, with a business size standard of $34 million.
    C2 Systems & VTC Suite Maintenance & Tier 3 Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance and Tier 3 support of the Video Telecommunications (VTC) and Video Distribution Systems (VDS) for the North American Aerospace Defense Command (NORAD) and United States Northern Command (USNORTHCOM) at Peterson Space Force Base and Cheyenne Mountain Space Force Station in Colorado. The contractor will be responsible for providing all non-personal services, including management and labor necessary for the maintenance and support of these critical communication systems, with a focus on hardware and software support, troubleshooting, and preventive maintenance. This procurement is vital for ensuring the operational readiness of communication systems essential to national defense operations. Interested small businesses must submit their proposals by July 8, 2025, and are encouraged to contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.
    PROVIDE INSTALL AND MAINTAIN A MAINTENANCE CHANNEL BETWEEN WASHINGTON, DC AND MARYLAND.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the installation and maintenance of a telecommunications maintenance channel between Washington, DC, and Maryland. This procurement involves providing commercial products and services related to wired telecommunications, specifically under the NAICS code 517111, and is classified under the PSC code DG11 for IT and Telecom services. Interested vendors must have a DITCO Basic Agreement to access the solicitation documents, and proposals will be evaluated using the lowest price technically acceptable (LPTA) method. For further inquiries, potential bidders can contact Sara Sopiars or Amanda Romanitis via their respective emails, with the proposal due date and additional details outlined in the attached solicitation.
    5999--Motorola Radio Maintenance | New Base+4 | Start: 12/1/25
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a federal contract to provide maintenance services for the Motorola Radio System at the Chillicothe VA Medical Center, with a contract period starting December 1, 2025, and extending through November 2030. The contract aims to ensure the operational readiness of critical radio communication systems, including real-time monitoring, technical support, hardware repairs, and routine maintenance, thereby supporting secure communications for VA personnel and the veterans they serve. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to promoting veteran participation in federal contracting. Interested parties should contact Contract Specialist Elizabeth H Koses at Elizabeth.Koses@va.gov for further details, and must adhere to compliance requirements, including wage determinations and subcontracting limitations, as outlined in the associated documents.
    Fairchild AFB Giant Voice Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the outdated Giant Voice System at Fairchild Air Force Base (AFB) in Washington. The procurement involves providing a complete turnkey system that includes the removal of existing equipment, installation of a new system capable of delivering intelligible voice alerts, tones, and music, and upgrading the communications infrastructure to a digital two-way VHF radio system compatible with the AtHoc Emergency Mass Notification System. This initiative is crucial for enhancing emergency communication capabilities at the base and is set aside for small businesses under the SBA guidelines. Proposals are due by July 18, 2025, and interested parties should contact Nicholas P. Kortis at nicholas.kortis.1@us.af.mil or Brian M. Fernandez at brian.fernandez.5@us.af.mil for further information.
    Information Technology (IT) Services and Support
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking information from industry sources regarding capabilities to provide Information Technology (IT) Services and Support for the Product Lead Acquisition, Logistics, and Technology Enterprise Services (PL ALTESS). The procurement aims to gather insights on IT service operations, including infrastructure management, cybersecurity, and disaster recovery, to inform future acquisition planning and strategy development. These services are critical for maintaining the Army's IT infrastructure across various hosting locations, ensuring compliance with Department of Defense regulations and operational effectiveness. Interested parties are invited to submit capability statements by 5:00 PM EST on August 8, 2025, and may direct inquiries to Marisol Trevino at marisol.m.trevino.civ@army.mil or Nicole Feddersen at corene.n.feddersen.civ@army.mil.
    415 SCMS Squadron Strategic Contract – Industry Day
    Buyer not available
    The Department of Defense, through the 415th Supply Chain Management Squadron, is hosting an Industry Day to discuss the upcoming Multiple Award Contract - Indefinite Delivery, Indefinite Quantity (MAC-IDIQ) for repair services of various National Stock Numbers (NSNs). The objective of this procurement is to establish a streamlined contract framework that enhances efficiency and competition among vendors for the repair of critical electronic and mechanical components used in Air Force systems. This initiative is vital for maintaining operational readiness and ensuring timely repairs, with the contract expected to last up to 10 years, including a potential five-year extension. Interested vendors must respond to the notice by June 10, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or other designated contacts.
    Vulnerability Disclosure Program Enterprise Management System (VDP EMS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for an Enterprise Management System to support its Vulnerability Disclosure Program (VDP) and the Defense Industrial Base (DIB) VDP. The system is intended to enhance collaboration, compliance, and management of vulnerabilities, requiring features such as an enterprise-grade platform for vulnerability submission, integration with existing systems, advanced analytics, and effective communication tools for researchers. This initiative is crucial for maintaining the security of the DoD Information Network and the DIB, with the contract expected to span from February 2026 to January 2031, including multiple option years. Interested vendors should review the draft Performance Work Statement (PWS) and submit their feedback and capabilities by July 10, 2025, to the primary contact, Phelicha Silva, at phelicha.silva@us.af.mil.