VMWare Cloud Foundation 5
ID: SpRCO25RFI004Type: Sources Sought
Overview

NAICS

Software Publishers (513210)

Set Aside

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

    The United States Space Force is seeking small business vendors for the procurement of VMWare Cloud Foundation 5, as part of a Sources Sought notice. This opportunity aims to identify qualified suppliers who can provide software solutions that enhance cloud infrastructure capabilities at Holloman Air Force Base in New Mexico. The VMWare Cloud Foundation is critical for modernizing IT infrastructure and supporting various operational needs within the military. Interested parties should reach out to Ally Pierce at allyson.pierce.1.ctr@spaceforce.mil or Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil for further details regarding this total small business set-aside opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    VMWare Cloud Foundation 5
    Currently viewing
    Sources Sought
    Similar Opportunities
    VMWare Cloud 5 Foundation Software
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia, is seeking proposals for the procurement of 320 units of VMware Cloud Foundation 5 under a firm-fixed-price contract. This solicitation aims to ensure the delivery of essential software that supports various IT and telecom applications, which are critical for enhancing operational capabilities within the Navy. The contract performance period is set from June 1, 2025, to May 31, 2026, with proposals due by 3:00 PM on March 7, 2025. Interested vendors should contact Frank R. Vennell at frank.vennell@navy.mil or call 215-897-1337 for further details and to ensure compliance with all contract administration requirements, including electronic invoicing through the Wide Area Workflow system.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
    Bayfield Redundant Circuit Components
    Buyer not available
    The Department of Defense, specifically the United States Space Force, is seeking potential suppliers for Cisco brand or equivalent circuit components for use at Peterson Space Force Base in Colorado. This Sources Sought announcement aims to gather market research information regarding suppliers' capabilities to deliver the required products, which include various Cisco Catalyst 8500 Series components essential for high-speed network connectivity. Interested parties must respond by 3:00 PM Mountain Time on March 4, 2025, providing details about their business classification and product compatibility, with no compensation offered for responses. For further inquiries, suppliers can contact Cayce Moses at cayce.moses@spaceforce.mil or by phone at 719-556-9293.
    Sources Sought/Request for Information Fabric for Space Force Mess Dress
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking market insights for the procurement of fabrics suitable for the Space Force Mess Dress. The objective is to identify potential vendors capable of supplying high-quality materials for garments such as dress coats, shirts, trousers, and bow ties, with an emphasis on luxurious, formal fabrics appropriate for black-tie events. Interested vendors, particularly small businesses, are encouraged to respond to this Request for Information (RFI) by providing details on their production capabilities, cost estimates, and lead times, with responses due by March 20, 2025. For eligibility, vendors must be registered in the System for Award Management (SAM), and inquiries can be directed to Joseph Derevage or Amanda Guzman via their respective email addresses.
    Sources Sought for Support Equipment, Spares, Services, and Installation Construction Associated with Commercially Off-The-Shelf (COTS) Mobile Off-Grid Robotic Telescope Observatories
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Space Systems Command, is seeking responses from small businesses for support equipment, spares, services, and installation related to commercially off-the-shelf (COTS) mobile off-grid robotic telescope observatories. This initiative aims to enhance space domain awareness and international partnerships by utilizing advanced optical systems for satellite observation, with a focus on both CONUS and OCONUS operations, particularly in regions like South America and Africa. The project is part of a broader strategy to improve military capabilities and foster collaboration, with interested parties required to submit their responses by March 25, 2025, to the primary contact, Keith Brandner, at keith.brandner@spaceforce.mil, or the secondary contact, Melina Monroy-Szita, at melina.monroy-szita@spaceforce.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to enhance various infrastructure aspects, specifically targeting 8(a) Business Development participants, with a total ceiling of $525 million over five years and individual task orders ranging from $2,000 to $25 million. The procurement emphasizes the importance of small business participation and compliance with federal labor laws, including wage determinations under the Davis-Bacon Act. Interested contractors must submit their proposals by the specified deadlines, with a pre-proposal conference scheduled for February 20, 2025, and proposals remaining valid until September 30, 2025. For further inquiries, potential bidders can contact Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Space Force is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI) to solicit innovative commercial products and technologies aimed at enhancing space testing and training capabilities. The procurement focuses on improving existing range control software, developing training solutions that utilize Systems Tool Kit (STK) software, and advancing technologies in Electro-Optical (EO) systems, among other areas. This initiative is critical for bridging capability gaps and advancing technological innovations to enhance operational effectiveness against contemporary threats. Interested parties should direct inquiries to Crystal Price at crystal.price.6@spaceforce.mil or Cassie DeBree at cassie.debree@spaceforce.mil, with submissions evaluated through a phased process that includes a PowerPoint briefing and white paper, and is restricted to U.S.-based firms.
    New Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of new equipment necessary for the NASA LAS K-Span project at Patrick Space Force Base in Florida. The equipment includes specialized items such as a laser transmitter, air compressor, welding machine, bending machine, power panels, and generators, all of which must meet specific technical requirements and military standards. This procurement is crucial for enhancing operational capabilities and ensuring project success, with a required delivery date set for May 30, 2025. Interested businesses are encouraged to submit a capabilities package by March 13, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil or Abigail Muenchow at abigail.muenchow@spaceforce.mil, as part of a market research effort under a small business set-aside program.
    Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
    Buyer not available
    The Department of Defense, through the U.S. Space Force, is soliciting proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to ensure the operational readiness and safety of various vehicle barrier systems, including hydraulic and electric barriers, through comprehensive maintenance, inspections, and minor repairs. These services are critical for maintaining security and traffic control at military installations, reflecting the government's commitment to effective resource management and infrastructure upkeep. Interested vendors should contact Linda A. Cummings at linda.cummings@spaceforce.mil or 719-567-5758 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    57 IAS Mission Kit Servers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of six ruggedized servers from Supermicro Computer Inc. These servers are intended to support the 57th Information Aggressor Squadron's deployed Red Team Operations and must meet stringent technical specifications, including advanced processing capabilities and security features. This procurement is critical for ensuring reliable and secure technology solutions in mission-critical environments, with a total small business set-aside under NAICS code 541519. Interested vendors must submit their quotes by March 11, 2025, via email, and can contact Avery Irwin at avery.irwin@us.af.mil or TSgt Joseph Sablan at joseph.sablan.3@us.af.mil for further information.