SOURCES SOUGHT Red Hat OpenShift Platform Plus with Red Hat OpenShift Data Platform
ID: W911SD25R0006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

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

    The Department of Defense, specifically the U.S. Army at West Point, is seeking responses from qualified small businesses for the procurement of the Red Hat OpenShift Platform Plus with Red Hat OpenShift Data Platform. This opportunity is a Sources Sought notice aimed at gathering information to determine the availability of small businesses capable of fulfilling the requirement, which includes providing open-source software and enterprise-class support for a hybrid platform that can build, deploy, manage, and safeguard applications at scale. The government encourages participation from all small business categories and emphasizes that this notice is for planning purposes only, with no commitment to contract at this stage. Interested firms must submit their responses, including company details and capability information, to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil by the specified deadline to facilitate the potential set-aside for small businesses.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    FA8307_RFI_Ubuntu_Pro_Software_Alternatives
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information on alternative software licensing solutions to replace or supplement its current use of Ubuntu Pro licenses for Platform One (P1), which supports critical DevSecOps operations. The procurement aims to identify solutions that can efficiently facilitate software development, ensure compliance with standards such as FedRAMP and HIPAA, and provide real-time cost monitoring for Kubernetes resources, including tracking costs associated with AWS services. Interested vendors are encouraged to submit their responses using the provided RFI template, detailing alternative licensing options, pricing structures, and any additional features that may enhance productivity. Responses should be directed to Geoffrey Bender and Elijah Simmons via the specified email addresses, with no contract awards resulting from this RFI, as it serves solely to gather information for future procurement considerations.
    Red Hat System Administration Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking qualified vendors to provide Red Hat System Administration Training for 50 Airmen over a 12-month period. The training will encompass two courses, RH124 and RH134, delivered virtually and designed to enhance the technical capabilities of personnel managing advanced Ground Theater Air Control Systems. This initiative is critical for ensuring operational readiness and aligns with federal goals of promoting small business participation, as the contract is set aside for total small business participation under NAICS code 611420. Interested vendors must submit their quotes electronically by 2:00 PM CST on October 29, 2024, and can direct inquiries to Sasha Lewis at sasha.lewis.1@us.af.mil or Jordan Reimer at jordan.reimer@us.af.mil.
    DEVCOM ARMY RESEARCH LABORATORY BROAD AGENCY ANNOUNCEMENT FOR FOUNDATIONAL RESEARCH
    Active
    Dept Of Defense
    Sources Sought for Supply Chain and Industrial Analysis The Department of Defense, specifically the Department of the Army, is seeking sources capable of performing as a prime contractor for a non-personal services requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses in conducting a search to find an individual qualified to support the U.S Army Futures Command (AFC) in their Army Modernization efforts. The requirement aims to identify a company that will conduct a supply chain and industrial risk analysis to catalogue non-traditional contractors and maintain situational awareness of overall risk to AFC. The contractor will be responsible for executing each task and will not be supervised or controlled by the Government. Specific objectives for this requirement include cataloguing all non-traditional contractors, conducting analysis on companies or sectors of interest, identifying contracting risk, assessing technical risk, analyzing domestic end products, and developing a risk-focused common operating picture. Small business contractors who are qualified and have experience in risk analysis related to non-traditional contractor business elements are encouraged to respond to this sources sought notice. The government will use the responses to develop a potential Request for Proposal (RFP) and determine whether a small business set-aside is possible for this procurement. This is not a solicitation for proposals, but rather a market research tool for informational and planning purposes. Interested parties should submit their capability statement and responses to the provided questions by 12 PM, noon Central Standard time on 15 March 2023.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), is soliciting proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for military simulation and training applications. The contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. This initiative is vital for enhancing interoperability and supporting cloud-based software applications, thereby reducing costs and improving training efficiency for the Army and its partners. Interested offerors must submit their proposals by November 6, 2024, and can direct inquiries to Contract Specialists Naillil DeJesus and Demetria Carter via email.
    National Guard Bureau J1 Combined Support Services
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE National Guard Bureau J1 Combined Support Services The National Guard Bureau, under the Department of Defense, is seeking information and industry feedback for potential sources capable of providing J1 Combined Support Services. These services are intended to support multiple locations within the United States in accordance with Department of Defense standards and applicable laws. The services will be awarded through a competitive 8(a) acquisition. The Draft Performance Work Statement provides all the technical requirements for this effort, which may be subject to change. The services will fall under the North American Industry Classification System (NAICS) code 541611, with a Small Business Administration (SBA) Size Standard of $24,500,000. The Government anticipates awarding a base and four option years plus a 6-month option. Interested companies must be registered in the System for Award Management (SAM) database and with their local SBA office. Small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This is a sources sought inquiry for all potential 8(a) vendors. Companies are invited to provide their capability statements in support of this acquisition. The Government's assessment of the capability statements received will determine whether the forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses. For more information and to participate in the market research, interested parties can contact MSgt Brittany Hopkins at brittany.l.hopkins11.mil@army.mil.
    Notice of Intent to Issue CSO Call 5 - "Project Marine Duck"
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to issue a solicitation for "Project Marine Duck – CSO Call 5," aimed at acquiring access to an IL-4 cloud environment for modern software development, particularly focusing on C++ development for up to 10,000 users across various DoD entities and contractors. The program emphasizes the need for infrastructure as code, containerization, and scalable onboarding and licensing solutions, with a preference for environments that have recently passed positive security assessments. Interested parties should monitor www.SAM.gov for the solicitation details, as proposals will be accepted only after the Call is posted, and inquiries will be directed to Marina Schemmel at AFLCMC via email at AFLCMC.AFLCMC.GoldenGate@us.af.mil.
    USACE HQ FY25 Quality Management Software
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Quality Management Information System (QMIS) to enhance quality management processes within the organization. The project encompasses a 10.5-month base year followed by four optional 12-month periods, requiring subscriptions and licenses that facilitate document management, automated workflows, compliance tracking, and training modules, all while adhering to ISO standards. This initiative is crucial for improving operational efficiency and ensuring compliance with federal acquisition regulations, particularly emphasizing engagement with small businesses, including those owned by veterans and women. Interested contractors should direct inquiries to Kate Behrens or Nicholas Moore via email, and note that the proposal submission deadline has been extended to October 29, 2024.
    DMDC Cardstock Warehousing and Logistical Support
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Human Resources Activity (DHRA), is seeking a contractor to provide Cardstock Warehousing and Logistical Support Services, with a contract period from February 1, 2025, to July 31, 2029. The procurement aims to secure comprehensive logistical support for the management and warehousing of cardstock materials, which are essential for various defense-related documentation and identification purposes. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. Proposals must be submitted via email to the primary contacts, Lashondra Pelican at lashondra.n.pelican.civ@mail.mil or Melissa Tamayo at melissa.s.tamayo.civ@mail.mil, by the specified deadline outlined in the attached solicitation documents.
    Juniper Hardware
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure Juniper Hardware on a sole-source basis from Juniper Networks for essential IT infrastructure support. This procurement is specifically for hardware support services for various Juniper routers and gateways, with a contract period from November 1, 2024, to October 31, 2025, aimed at ensuring the reliability and performance of critical systems. Interested firms, particularly those owned by service-disabled veterans, must submit their proposals by October 29, 2024, referencing solicitation number N6893625Q0019, and comply with federal acquisition regulations, including registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Virginia Dennison at virginia.j.dennison.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil.
    Armored Vehicle Periscope
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 3,267 armored vehicle periscopes under Solicitation Number W56HZV-23-R-0121. This opportunity is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses within the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The periscopes are critical for military applications, requiring compliance with stringent military packaging and inspection standards, as well as adherence to export control regulations for the associated technical data package. Interested parties must submit their proposals electronically to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil, ensuring they are registered in the System for Award Management (SAM) and possess Joint Certification Program (JCP) certification to access the technical data. The contract will be a Firm Fixed Price with a one-year buying option, and all proposals must be complete to be considered.