Trusted Thin Client (TTC) Implementation
ID: FA850125Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the implementation of a Trusted Thin Client (TTC) system at Robins Air Force Base in Georgia. This initiative aims to facilitate secure access to multiple Secret and Below Interoperability (SABI) networks for up to thirty users, requiring the installation of two TTC Distribution Console servers and comprehensive on-site services including project management, site surveys, and training. The procurement reflects the government's commitment to enhancing secure communication capabilities within military operations, with proposals due by March 18, 2025. Interested contractors should contact Hannah Carreiro at hannah.carreiro@us.af.mil for further details and must adhere to various FAR and DFARS clauses throughout the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is soliciting bids for the implementation of a Trusted Thin Client (TTC) system at Robins Air Force Base, GA, under Solicitation Number FA8500125Q0016. This Request for Quotation (RFQ) is open to qualified businesses, with a response deadline set for March 18, 2025. The selected contractor will provide technical project management and onsite services, including kickoff, site surveys, engineering services, implementation, testing, training, and post-implementation follow-up. It is essential for contractors to review attached documents, including the Statement of Work and Technically Qualified Questions, as non-responsiveness will disqualify submissions. Proposals will be evaluated based on technical acceptability and price, with the government aiming to award a contract to the most advantageous offer. Furthermore, compliance with various FAR and DFARS clauses, including telecommunications and safety standards, is critical. This solicitation reflects ongoing government efforts to enhance technological capabilities while adhering to strict regulatory frameworks and fostering small business participation.
    The document provides a detailed overview of several modular components listed under operations center modules, primarily associated with Cisco technology and related hardware. Key items include the Cisco Catalyst 9300, various Cisco SFP modules, and Clearcube Technology's zero clients with warranty options. These components feature capabilities such as 48 GE SFP ports, multi-gigabit support, and extensive cross-domain access licenses. The focus is on equipping operations centers with advanced networking and computing solutions, which highlights the importance of integrating sophisticated technical infrastructures in government settings. This summary aligns with federal RFPs for technological upgrades aimed at enhancing operational efficiency within government offices.
    The Statement of Work (SOW) outlines the implementation of a Trusted Thin Client (TTC) solution at Robins Air Force Base (AFB) to facilitate access to multiple Secret and Below Interoperability (SABI) networks for up to thirty users. The initiative includes the installation of two TTC Distribution Console (DC) servers, which will provide connectivity to virtual applications within a virtualized environment. Key tasks involve technical project management, site surveys, system design documentation, and on-site installation and testing. The contractor will provide on-site engineering for up to two weeks to deploy the TTC solution, integrate it with existing networks, and conduct functionality tests. Additionally, training for TTC administrators and security assessments will be conducted on-site to ensure compliance with security protocols. The SOW emphasizes the importance of thorough training and follow-up services post-implementation, ensuring that documentation is updated and that the system functions effectively within the established security frameworks. This project exemplifies the federal commitment to enhancing secure communication capabilities within military settings.
    The TTC Technical Evaluation outlines the requirements for a company to provide and install a multilevel access solution that supports five Secret and Below Interoperability (SABI) networks for up to thirty users. Respondents must confirm whether they can deliver this solution using pre-purchased hardware and provide a detailed installation plan, including examples of prior experience in implementing such solutions. A critical deadline for installation, cutover, and activation is set between August 13 and September 16, 2025. Furthermore, the seller must also demonstrate their capability to offer post-installation services beyond the specified installation timeframe. This document serves as part of a Request for Proposals (RFP) process, facilitating the selection of qualified service providers for a government initiative focused on secure network access technologies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    Taiwan ? Installation, Training, and Engineering Services (ITES)
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Taiwan Installation, Training, and Engineering Services (ITES) contract. This procurement aims to provide comprehensive program management, engineering, technical, integration, installation, testing, and training support services in both the Continental United States (CONUS) and Taiwan, in alignment with U.S. Government international agreements. The contract will include a one-year base period with four optional one-year extensions and is anticipated to involve minor construction activities in Taiwan. Interested parties should direct inquiries to Magdalena Uriostigue at magdalena.uriostigue.civ@us.navy.mil or 619-823-0496, and are advised that the contract award is expected by June 2026. A signed Non-Disclosure Agreement (NDA) will be required for access to the full Request for Proposal (RFP) documents.
    FY23 AFCENT Sentinel Secure Chat Solution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FY23 AFCENT Sentinel Secure Chat Solution. This procurement aims to acquire a secure chat solution that falls under the category of IT and telecom business application software, which is critical for enhancing communication security within military operations. The selected contractor will be responsible for providing a perpetual license software solution that meets the stringent requirements of the Air Force. Interested parties can reach out to Christina Crawley at christina.crawley.3@us.af.mil or Michael Adams at michael.adams.106@us.af.mil for further information regarding this opportunity.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    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.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Trusted System SIPR Guard
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) Task Order, aimed at establishing an enterprise-wide IT help desk and specialist support. This procurement will involve providing a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) to prepare their proposals, requiring the designation of a Senior Corporate Official and successful completion of a Security Threat Assessment for up to three individuals by December 18, 2025, at 8:00 AM EST. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their respective emails.