JWICS Installation
ID: JWICS_OSS_A046687Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Other Computer Related Services (541519)

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 Department of the Air Force, is soliciting proposals for the installation of a JWICS server system at Ellsworth Air Force Base in South Dakota. This project involves a two-phase effort: the first phase focuses on acquiring and installing new router/switch infrastructure, while the second phase entails setting up a three-cluster virtual server system to support 150 VMware workstations and 14 virtual servers. The successful contractor will be responsible for ensuring seamless integration with existing IT infrastructure, providing necessary training to government personnel, and adhering to strict security requirements, including the need for personnel to possess Top Secret/SCI clearances. Interested parties must submit their quotes by August 15, 2025, and direct any questions to Lt. Matthew Moye or Joshua Johnson via email before July 17, 2025. The total estimated value of the contract is $34 million, and it is designated as a Total Small Business Set-Aside.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines requirements for Phase 1 of the JWICS Server Installation at Ellsworth AFB, SD, for Air Force Global Strike Command. The project involves acquiring and installing new router/switch infrastructure equipment in Buildings 7918 (Intel) and 7921 (MPF), providing training for local government personnel on dissimilar hardware, and securing necessary licenses and warranties. The contractor must install, configure, interconnect, and test network devices, ensuring a turnkey operational update. Key objectives include seamless integration with existing IT infrastructure, TAA compliant equipment, and adherence to specific technical and security requirements, including TS/SCI clearances for personnel. The period of performance is 365 days from the Notice To Proceed, with work hours from Monday to Friday, 0800-1600, excluding federal holidays.
    The Statement of Work (SOW) outlines the requirements for Phase 1 of the JWICS Server Installation at Ellsworth AFB, SD. This phase focuses on acquiring and installing new router/switch infrastructure for Air Force Global Strike Command (AFGSC) in Buildings 7918, 7921, and 7021. The contractor must provide new, TAA-compliant equipment, integrate it with existing IT infrastructure, and train local government personnel for operation, maintenance, and troubleshooting. Key requirements include providing licenses and warranties, addressing compatibility issues with existing equipment, and ensuring no wireless capabilities. Personnel involved in configuration or administrative access must possess a TS/SCI clearance. The project has a 120-calendar day period of performance from the Notice to Proceed, with a required completion date of NLT August 1, 2025. Work hours are Monday to Friday, 0900-1600, with specific guidelines for base access, security, and cleanup. Attachments include an equipment list, base map, and network diagram.
    This Statement of Work (SOW) outlines Phase II of a project to install Virtual Server Core Clusters for Air Force Global Strike Command (AFGSC) at Ellsworth AFB, SD, specifically in Buildings 7918 (Intel) and 7921 (MPF). The scope includes acquiring and setting up three-cluster Virtual Server equipment to support 150 VMware workstations and 14 Virtual Servers. The contractor must provide and integrate new, TAA-compliant equipment, ensuring it is fully operational and compatible with existing infrastructure. Key requirements include providing training for local government personnel, supplying all necessary licenses and warranties, and addressing potential integration issues with older equipment. The hardware must have no wireless capabilities, be acceptable by the 16 AF Configuration Control Board, and integrate with Solar Winds Network Monitoring Software. Personnel involved in configuration or administrative access must possess a TS/SCI clearance. The project has a 365-calendar-day period of performance from the Notice To Proceed (NTP), with work hours typically Monday through Friday, 0800-1600. The contractor is responsible for daily clean-up and maintaining a safe working area.
    This Statement of Work (SOW) outlines Phase II of the JWICS Server Installation at Ellsworth AFB, SD, focusing on the acquisition and setup of a three-cluster Virtual Server Core Cluster. The project aims to support 150 VMware workstations and 14 virtual servers across three buildings (7918, 7921, 7021) for Air Force Global Strike Command (AFGSC). The contractor is responsible for installing, configuring, interconnecting, and testing the server equipment, providing training for local government personnel, and ensuring all hardware is new, TAA compliant, and integrated seamlessly with existing infrastructure. Key requirements include TS/SCI cleared personnel for configuration and troubleshooting, adherence to specific security protocols for base access, and integration with Solar Winds Network Monitoring Software. The project has a 180-calendar-day performance period, with specific work hours and holiday exclusions. The objective is to establish a fully operational and maintainable VM Server Infrastructure for AFGSC.
    This government file is a Request for Proposal (RFP) detailing an extensive list of IT hardware and software, primarily from HPE, Cisco, Omnissa, 10zig Technology, and APC. The document outlines quantities, manufacturer part numbers, descriptions, and unit prices for various components, with most items listed at a price of $0.00, suggesting these are placeholders or part of a larger, unpriced bid. Key categories include HPE Servers, Cisco Switching equipment, Omnissa Licensing, 10Zig Zero Clients, and APC Power solutions. The file emphasizes that highlighted items must be brand name or equivalent, indicating specific product requirements. It also notes that some items, like the HPE iLO Advanced server license and APC Smart-UPS, are available on GSA contracts. The RFP aims to procure a comprehensive IT infrastructure solution, covering servers, networking, virtualization licensing, client devices, and power management, along with associated services like "SOW fulfillment." The total subtotal is listed as $0.00, with no final total, indicating this is likely a detailed bill of materials rather than a final pricing sheet.
    The document acts as a placeholder or an error message within a government file, likely an RFP, federal grant, or state/local RFP. It indicates that the proper content of the document is not loading and suggests that the user's PDF viewer may not be able to display the file type. The message advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. It also includes trademark information for Windows, Mac, and Linux. The main purpose of this document is to inform the user about a display issue and guide them toward a solution to access the intended government file.
    The document, titled "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items," is a four-page governmental file dated March 2023. It appears to be a standard form or template used within the federal government for justifying sole-source procurements, particularly those involving brand-name items, under simplified acquisition procedures for commercial items. The repetitive nature of the page numbering and security marking indicates a structured document designed for official use. This type of justification is critical in government contracting as it explains why a specific vendor or brand is being chosen without full and open competition, which is typically required for federal procurements. The document's context within federal RFPs suggests its role in ensuring transparency and accountability when deviations from competitive bidding are necessary.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting a specified link, and offers another link for further assistance with Adobe Reader. The document also includes trademark information for Windows, Mac, and Linux. This file, within the context of government RFPs, federal grants, or state/local RFPs, serves as a technical notification rather than containing substantive content related to a specific proposal or grant. Its purpose is to guide users encountering display issues with the actual RFP or grant document.
    The provided government file, likely an RFP or grant-related document, is incomplete and primarily serves as a placeholder or an error message for a PDF viewer. It indicates that the full content of the document could not be displayed and advises the user to upgrade to the latest version of Adobe Reader or seek further assistance from Adobe's support pages. The file also includes trademark information for Windows, Mac, and Linux. Its main purpose is to troubleshoot display issues rather than convey substantive information relevant to federal government RFPs, federal grants, or state and local RFPs.
    The document outlines a government solicitation for commercial products and services, specifically a Women-Owned Small Business (WOSB) set-aside for JWICS server installation at Ellsworth AFB. The project is divided into two phases, each involving equipment procurement and shipping, and subsequent installation, configuration, and integration. The total award amount is USD 34,000,000.00. The solicitation details include delivery periods, inspection and acceptance locations, and administrative data for Wide Area WorkFlow (WAWF) payment instructions. It also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with regulations on unique item identification, photography restrictions, business ethics, and labor standards. The document includes a list of attachments such as the Statement of Work, Bill of Materials, and Contract Security Classification Specification.
    The JWICS (Joint Worldwide Intelligence Communications System) solicitation is an official request for full proposals, not just capability statements, for the installation of a communication server at Ellsworth AFB. The government does not specify the number of Full-Time Equivalents (FTEs) but expects completion within 180 days of the notice to proceed. Subcontracting is allowed, with prime contractors responsible for flow-down terms and project success. Pre-site work, including configuration data preparation, is expected upon contract award. While sustainment is not required, offerors must provide warranties and initial training to local government technicians. There is no expectation for scalability beyond the specified system quantities (150 VMware workstations and 14 Virtual Servers). The solicitation deadline has been extended to August 4th. Evaluation factors are listed in the Combined Synopsis/Solicitation Document and the 1449 form. All personnel installing the system must possess active TS/SCI clearances at the time of proposal submission, and resumes must reflect this. The scope of work includes hardware, software, and services. There is no mandated phased rollout; offerors must provide a detailed Installation and Configuration Plan. Site access to Ellsworth AFB is required, with installation teams being escorted within the facility.
    This document outlines security, system architecture, hardware, and logistical requirements for a federal government project. Key security requirements include TS/SCI clearances for all on-site contractor personnel, a streamlined base access process utilizing day passes or Entry Authorization Lists (EALs), and prime contractor responsibility for DD Form 254 compliance, with delegation to subcontractors possible. System architecture mandates six Cisco Catalyst C9500 Layer 3 switches to meet GEMSS standards, three server racks capable of independent operation, DISA STIG compliance for all network devices, and compatibility with U.S. Federal Omnissa Horizon 8 Enterprise Term with VVF for VDI Edition. The deployment is an operational AFJWICS enterprise that will integrate with a new VM Cloud-based solution at AFGSC. Hardware integration specifies government-provided power redundancy and cooling, adherence to SmartNet co-termination policies, and the use of OM3 multimode fiber. Training should preferably be in-person with US Government personnel observing for on-the-job training, and contractors are responsible for initial RMF artifacts and STIG baselines. Travel costs must be included in the fixed-price quote, and the project has a 180-day completion timeline post-award.
    This Statement of Work (SOW) outlines the installation requirements for a switch/router infrastructure at Ellsworth Air Force Base (AFB) for the Air Force Global Strike Command (AFGSC). The effort encompasses Phase 1, which includes acquiring and standing up new network equipment at specified buildings, integrating it into the existing IT infrastructure, and providing training for local personnel. Key objectives include ensuring local technicians can operate and maintain the new equipment, which must be non-refurbished and TAA compliant. Security clearance requirements dictate that contractors need a valid TS/SCI clearance to access secure areas. The project, scheduled for completion within 120 calendar days post-Notice to Proceed, prohibits work on federal holidays and requires coordination for any non-standard work hours. Additionally, the contractor is responsible for daily cleanup and maintaining a safe work environment. The document emphasizes compliance with the configuration standards set by the 16th Air Force and includes specific guidelines for equipment installation, operational warranties, and post-installation support. Overall, this SOW seeks to enhance communications infrastructure at Ellsworth AFB effectively and securely.
    This Statement of Work (SOW) outlines the requirements for a Phase II project involving the installation of a Virtual Server Core Cluster for the Air Force Global Strike Command at Ellsworth Air Force Base, South Dakota. The project entails establishing a three-cluster virtual server system that supports 150 VMware workstations and 14 virtual servers, requiring specific hardware configurations, training for personnel, and compliance with security and operational standards. The contractor is responsible for providing new, compliant equipment, conducting necessary training, and ensuring local technicians can operate and maintain the system. Security clearance and access protocols are emphasized, requiring TS/SCI clearance for personnel configuring the infrastructure. The work must be completed within 180 calendar days upon notice to proceed, during designated work hours, while adhering to federal holiday schedules. The contractor must maintain cleanliness and safety on site and furnish documentation during and after installation. The SOW's structured format includes sections on background, scope, objectives, task requirements, government responsibilities, and project management, articulating a comprehensive plan for the successful implementation of the virtual server infrastructure at Ellsworth AFB.
    The document outlines a detailed federal government request for proposals (RFP) regarding the procurement of various IT equipment, primarily focused on HPE and Cisco products. It lists multiple items, including servers, networking equipment, storage devices, components, and required licenses, specifying part numbers and manufacturers. All highlighted items must be brand name or equivalent, reflecting compliance with federal branding guidelines. The quantities requested range significantly, indicating the scale of the procurement effort. Additionally, the document encompasses associated services such as support, installation, and maintenance, alongside references to availability under GSA contracts, which facilitates federal purchasing processes. The overall objective centers around supporting governmental IT infrastructure and services through comprehensive hardware and software solutions. These details highlight the necessity for federal compliance and the intention to streamline technology acquisition for operational efficiency in public service.
    The document appears to be a technical error message related to viewing a PDF file rather than content about federal government RFPs, grants, or state/local RFPs. Users are advised to upgrade to the latest version of Adobe Reader for compatibility issues. The file's structure does not contain any substantive information regarding RFPs or grants, hence no analysis or key ideas can be extracted. Therefore, it is impossible to summarize the intent or purpose of a document that lacks critical content relevant to government contracting or funding processes. This technical message, rather than a comprehensive document, prevents any meaningful engagement with the expected subject matter.
    The document appears to be an error message indicating that a PDF viewer cannot display the contents of a government file related to federal government RFPs (Request for Proposals) and federal grants, as well as state and local RFPs. It provides guidance for obtaining and installing the latest version of Adobe Reader for different operating systems. The message does not present any substantive information regarding the RFPs, grants, or any other government-related topics. Therefore, no specific main topic, key ideas, or supporting details can be extracted or summarized, as the document does not convey relevant content regarding its expected purpose in the context of government proposals or funding opportunities. It serves only to notify users about compatibility issues with their PDF viewing software without further detail or substance.
    This document outlines the Sole Source Justification procedures for acquiring certain commercial items under simplified acquisition methods. It emphasizes the need for a justification when a specific brand name is specified, allowing for sole-source procurement. The justification is essential to demonstrate the unique capability of the proposed vendor to meet the government’s requirements efficiently and effectively. Moreover, it underscores the importance of adhering to regulatory guidelines to ensure transparency and accountability in the procurement process. The comprehensive framework aims to facilitate procurement while ensuring that government agencies make informed and justifiable purchasing decisions, particularly in situations where competition is limited.
    The file is inaccessible and does not contain any content to summarize. It appears to provide instructions on upgrading Adobe Reader for displaying the document. Without the actual content of the RFPs, grants, or local proposals, it is impossible to identify the main topics or details necessary to create an accurate summary. Therefore, I recommend confirming that the correct document is available for analysis.
    The Women-Owned Small Business (WOSB) solicitation addresses a contract for commercial products and services related to the JWICS Server installation at Ellsworth Air Force Base, with a total award value of $34 million. The solicitation outlines procurement phases, including equipment acquisition, installation, configuration, and integration of hardware and software. The document details contractor responsibilities, payment conditions through electronic submission, and compliance with various regulatory clauses, emphasizing the procurement's alignment with federal guidelines for small businesses, particularly focusing on women-owned and economically disadvantaged businesses. Key administrative contacts and contract terms are specified, ensuring clarity in expectations around delivery, inspection, and invoicing. The WOSB initiative exemplifies the federal government's commitment to fostering diversity in contracting opportunities while ensuring adherence to security and operational standards during the project's execution.
    The document addresses a request for proposals (RFP) related to the installation of the JWICS communication server at Ellsworth AFB. It clarifies that full proposal submissions are required, not just capability responses. The government does not specify the number of full-time equivalents (FTEs) needed, allowing bidders to determine an appropriate number to meet the 180-day delivery requirement. Subcontracting is permitted, with all terms needing to flow down to subcontractors. Work preparation is expected before equipment arrival, and while the contractor must provide initial training, ongoing training sessions are not required. The installation team must have valid TS/SCI clearances at proposal submission. The scope includes hardware, software, and services for setup. The government emphasizes the importance of a detailed Installation and Configuration Plan while facilitating access to the installation site via a specific entry at the base. Proposals must adhere to deadlines, and a kick-off meeting is planned to coordinate project timelines with government mission events.
    The document outlines the security, system architecture, hardware integration, training, and contractual requirements for a contractor involved in a project with a focus on classified installations at military facilities. Key security stipulations require all contractor personnel to hold TS/SCI clearances, necessitating an approved credentialing process for base access and compliance with DD254 requirements on classified deliverables. The system architecture specifies the deployment of Cisco Catalyst switches and server racks, emphasizing compatibility with existing infrastructure and DISA STIG compliance. Hardware requirements include power redundancy and specific cabling standards. For training, in-person sessions are preferred, though alternatives are acceptable, while documentation expectations encompass RMF artifacts and STIG baselines. Regarding pricing, travel costs must be included in fixed-price quotes, with performance deadlines set at 180 days post-award. This structured document serves as a critical guide to ensure all project elements are compliant with military and federal standards during installation and operational phases.
    This document is a Request for Quote (RFQ) for a JWICS Server Installation, issued as a 100% Small Business Set-Aside. The solicitation, number FA469025Q0038, falls under NAICS code 541519 with a $34.0M size standard. Quotes are due by August 15, 2025, 1600 MST, and questions by June 17, 2025, 1500 MST, both submitted via email to Lt Matthew Moye and Joshua Johnson. This is a Firm-Fixed Price (FFP) requirement. Offerors must have an active SAM account and provide their CAGE number. Proposals require both a Technical and a Price Proposal. The Technical Proposal must include a detailed Installation and Configuration Plan, Equipment Breakout Per Phase, and Personnel Qualifications with current Top Secret security clearances. Technical documentation is limited to 20 pages. Brand Name requirements are mandatory for specific items. The Price Proposal requires a detailed Bill of Materials (BOM) and a completed Quote Sheet using Attachments 3 and 4. Quotes must be firm for 60 calendar days. Offerors need a valid U.S. security clearance of Top Secret/SCI or higher and must implement NIST SP 800-171. Award will be made to the lowest-priced, responsible offer that meets all requirements, determined fair and reasonable. The evaluation considers Price and Technical factors, with offers rated as Acceptable or Unacceptable based on meeting minimum requirements and possessing the necessary security clearance.
    This document serves as a combined synopsis and solicitation for a Request for Quote (RFQ) concerning the installation of a JWICS server. The solicitation falls under FAR Subpart 12.6 and is designated for small businesses, with a NAICS code of 541519. The proposal must be submitted by August 8, 2025, via email, and include both a technical and price proposal. Key requirements include a detailed installation plan, a breakdown of equipment necessary for the project, the qualifications and security clearances of personnel involved, and a complete Bill of Materials. The government will evaluate proposals based on price and technical compliance, seeking the lowest-priced acceptable offer. To qualify, vendors must possess a valid Top Secret/SCI clearance and an active SAM registration. The successful contractor will engage under a Firm-Fixed Price contract, with specific stipulations on proposal submission and evaluation criteria aimed at ensuring the best fit for the government's needs. The document outlines essential conditions, including the necessity for brand-name products and adherence to established security and regulatory frameworks.
    This document issues a Request for Quote (RFQ) for the installation of JWICS servers, intended exclusively for small businesses. The solicitation number is FA469025Q0038, adhering to the guidelines outlined in several federal acquisition regulations. Quotes are due by July 31, 2025, and questions must be submitted by June 17, 2025, to designated Air Force contacts. Vendors must submit both technical and price proposals, including detailed installation plans, equipment lists, personnel qualifications with required security clearances, and complete pricing documents. A firm-fixed-price contract will be awarded based on the lowest priced compliant offer, evaluated for fairness by the contracting officer. Offerors need valid Top Secret/SCI security clearance and must adhere to the National Institute of Standards and Technology guidelines. Brand name products are specified, and submissions deviating from these requirements may be disqualified. The overall goal is to ensure competitive and compliant responses that meet the government's needs while maintaining strict security standards in the procurement process. This reflects a careful process to ensure quality and reliability in critical technology infrastructure for government operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sole Source Justification Liberty Center Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, has awarded a sole source Blanket Purchase Agreement (BPA) to the South Dakota Ellsworth Development Authority (SDEDA) for services at the Liberty Center. This procurement is justified under FAR 13.501(a), as SDEDA is uniquely positioned less than one mile from Ellsworth AFB and operates a comprehensive 58,000-square-foot facility that includes various recreational and support spaces for military personnel. The estimated value of the BPA is $100,000 over a five-year period, from October 2022 to October 2027, with annual assessments to determine the continued necessity of a sole source. For further inquiries, interested parties may contact SSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    JRE Help Desk
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Redacted Brand-Name LSJ for Google Cloud Products in Support of AETC 19 AF Pilot Training Transformation (PTT) Program.
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a Redacted Brand-Name LSJ to support Google Cloud Products as part of the AETC 19 AF Pilot Training Transformation (PTT) Program. This opportunity involves high-performance computing hardware and perpetual license software, which are critical for enhancing pilot training capabilities and operational efficiency. The place of performance for this contract will be at Joint Base San Antonio Randolph in Texas. Interested parties can reach out to Joseph N. Sitterly at joseph.sitterly.2@us.af.mil for further details regarding this procurement opportunity.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cisco brand-name Ethernet and Passive Optical Transport System (POTS) equipment for the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base. This procurement involves out-of-band transport switches, Ethernet switches, and related management and monitoring hardware/software, with an estimated cost of $12 million. The justification for limiting the sources to Cisco is based on the existing infrastructure and the need to avoid significant cost duplication and delays that would arise from using alternative brands, ensuring compatibility and interoperability within the Air Force's network. For further inquiries, interested parties can contact Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Fiber J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.