RFI for High-Performance Workstation
ID: HNA-SPIDR-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2291 AFLCMC HNAKHANSCOM AFB, MA, 01731-2100, USA

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/HNAA), is seeking information on high-performance workstations to support the SPIDR (Scalable Portable Integrated Data Router) gateway manager and WINTAK map display software. The workstations must meet specific performance criteria, including a 10-core processor, 32 GB RAM, and advanced graphics capabilities, to effectively manage and simulate real-time geospatial data. This initiative is crucial for enhancing the Air Force's data management and simulation capabilities, although the RFI does not guarantee any procurement. Interested vendors should submit their responses by April 25, 2025, adhering to the guidelines that all information must be unclassified unless marked proprietary. For further inquiries, vendors can contact Abigail Browchuk at abigail.browchuk@us.af.mil or James Faria at james.faria.3@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The Air Force Life Cycle Management Center (AFLCMC/HNAA) issued a Request for Information (RFI) seeking details on high-performance workstations to run the SPIDR gateway manager and WINTAK map display software. The workstations should meet minimum and preferred performance criteria, including hardware specifications such as a 10-core processor, 32 GB RAM, a capable graphics card, and specific network capabilities. Vendors must provide information on their workstation configurations, pricing, delivery times, warranty and support services, as well as pertinent company details and facility security clearances. The goal is to gather information for potential procurement, although the RFI does not guarantee any purchases. Responses are due by April 25, 2025, and must adhere to stated submission guidelines, emphasizing that all submitted information must be unclassified unless marked as proprietary. This initiative reflects the Air Force's intention to enhance its data management and simulation capabilities through advanced workstation technology.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
JOC SIPR/NIPR Refresh Workstations
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is conducting a Sources Sought announcement for mini workstations as part of market research. The procurement aims to identify vendors capable of supplying workstations that meet specific technical requirements, including a Core i7 processor, 32GB RAM, and 1TB SSD, under NAICS code 541519 for other computer-related services. This initiative is crucial for ensuring the availability of advanced computing resources that support operational efficiency within the Air Force. Interested vendors are encouraged to submit their capabilities and relevant information by April 17, 2025, with inquiries due by April 15, 2025. For further details, vendors may contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil.
RFI: Capability to Interface Tactical Aircraft, Using Low-Bandwidth Equipment
Buyer not available
The Department of Defense, specifically the Air Force Lifecycle Management Center (AFLCMC) Sensors Division, is conducting a Request for Information (RFI) to identify vendors capable of interfacing tactical aircraft with a multi-source all-domain awareness tool using low-bandwidth communication equipment. The objective is to enhance streaming beyond line-of-sight situational awareness and provide tactically relevant data to air platform operators. This initiative is crucial for improving operational capabilities in air operations, and the government seeks information on previous demonstrations, prototype efforts, and the modularity of the proposed solutions. Interested parties must submit their responses by April 18, 2025, with questions accepted until April 14, 2025. For further inquiries, contact Jordan Poling at jordan.poling@us.af.mil or Danielle Kowalski at danielle.kowalski@us.af.mil.
IT Hardware Solution
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking sources for an IT Hardware Solution to support Naval Mission Planning Systems (NavMPS). The procurement requires a rugged server configuration that meets stringent specifications, including a minimum of 16 CPU cores, 128 GB of ECC memory, and compliance with military standards for durability and performance. This hardware solution is critical for ensuring reliable and secure operations within military applications, with all components needing to be new and sourced from certified manufacturers. Interested parties should direct their inquiries to Andrea Farrell at andrea.m.farrell7.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil, with responses accepted until 2 PM PST on April 21, 2025.
70--WORKSTATION,PORTABL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of portable workstations as part of a spares purchase. The materials required are critical for a shipboard system that facilitates the launch and recovery of aircraft, emphasizing the necessity for compliance with stringent quality assurance standards to prevent potential failures that could lead to serious consequences. Interested vendors should note that the due date for submissions has been extended to May 15, 2025, and they can direct inquiries to Brian Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further information.
Intelligence Systems & Capabilities “for” Space Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights on intelligence systems and capabilities for Space Operations Command (SpOC). This RFI aims to explore hardware and software solutions for intelligence planning, collection, processing, analysis, and dissemination, with a focus on agile project teams that collaborate with various mission partners to enhance operational intelligence capabilities. The initiative is crucial for ensuring timely delivery of intelligence capabilities across the Intelligence Community and Department of Defense. Interested parties are encouraged to submit their responses via email to the designated contacts, Patrick Clark and Nick Madrid, by July 15, 2025, at 12:00 PM Mountain Time, noting that all submissions will become government property and no costs will be reimbursed.
DMSI Architecture RFI 2025
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from vendors regarding the DMSI Architecture RFI 2025, aimed at supporting the Depot Maintenance Systems Integration (DMSI) systems. The RFI requests capabilities related to software architecture, security frameworks, and experience in Department of Defense environments, with a focus on compatibility and conversion to PHP web frameworks. This initiative is crucial for enhancing the management and inventory systems within DMSI, ensuring ongoing development and support. Interested vendors must submit a comprehensive capability statement by April 21, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Eric Lagasse at eric.lagasse@us.af.mil or Heather Garay at heather.garay.1@us.af.mil.
Initial Request for Information for Advanced E-7 Integrators and Suppliers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to identify industry partners capable of providing and integrating advanced capabilities for the E-7 weapon system. The objective is to deliver at least two integrated weapon systems, including the Advanced E-7 and associated ground equipment, within a seven-year timeframe, potentially starting in fiscal year 2027. This initiative is crucial as the E-7A Wedgetail will replace the E-3 Sentry, enhancing the U.S. Air Force's Air Moving Target Indicator and Battle Management Command and Control capabilities. Interested parties must respond to the RFI by April 22, 2025, and direct inquiries to the Contracting Officer, Olivia Rogers, at olivia.rogers.3@us.af.mil, or the Contract Specialist, Urban Soul, at urban.soul@us.af.mil.
Request for Information_77670 - A13106 NG RadarDAS Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights regarding support for the AN/APG-81 Radar Operational Flight Program and the AN/AAQ-37 Distributed Aperture System, aimed at enhancing IT services and engineering support for the F-35 Joint Strike Fighter. The RFI seeks input on systems software engineering, problem resolution collaboration, infrastructure provision, and maintaining a network connection between the Government's CENTAR and the contractor’s development network. Interested companies are encouraged to provide details on their experience with DoD IT systems, software sustainability, and cybersecurity, along with proposed approaches and subcontracting percentages. Responses are due by April 18, 2025, and inquiries can be directed to Patrick Hulett at patrick.hulett@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.
RFI - Integrated Broadcast System - Encryption/Decryption
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research for a new hardware/firmware-based encryption/decryption system through a Request for Information (RFI) issued by the Integrated Broadcast Service (IBS) System Program Office. The objective is to gather input on systems that can replace the existing KIV 7M device, with specific requirements including support for up to 16 channels, compliance with NSA Type-1 certification for SECRET level data, and adherence to military standards. This procurement is crucial for enhancing secure communications within military operations, and interested parties are encouraged to submit their responses electronically by April 30, 2025, detailing their capabilities and relevant experience. For further inquiries, Cedric Reese and Brandi Jacobs can be contacted via email at cedric.reese@us.af.mil and Brandi.Jacobs.2@us.af.mil, respectively.