FA8307_RFI_Red_Hat_Openshift_Alternatives
ID: FA8307_RFI_Red_Hat_Openshift_AlternativesType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8307 AFLCMC HNCK C3INSAN ANTONIO, TX, 78243-7007, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)

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 seeking information from qualified vendors regarding alternatives to the Red Hat OpenShift Platform Plus, which is currently utilized for application development and deployment. The government requires solutions that can operate across unclassified impact levels, support C++ software pipelines, and incorporate a DevSecOps approach to enhance security within development workflows. This initiative is crucial for maintaining productivity and compliance in software development processes. Interested vendors must submit their responses using the provided RFI template to the designated contacts, Geoffrey Bender and Elijah Simmons, by the specified deadline, noting that no contract awards will be made as a result of this RFI.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Information (RFI) from the U.S. Government concerning the Red Hat OpenShift Platform Plus. It details the government's current use of this platform for application development across various infrastructure levels. Key requirements for alternative solutions include compatibility with unclassified impact levels, support for C++ software pipelines, and a DevSecOps approach for security integration in development processes. The RFI specifically requests vendors to furnish details about alternative licensing models, including their similarities and differences to the current license, along with compliance capabilities. Additionally, vendors are asked to provide pricing estimates for transition, training costs, and potential discounts for long-term contracts. The document emphasizes the need for features such as advanced analytics and machine learning, and inquires about contract length options. It is important to note that this RFI does not guarantee contract awards, and the government retains the right to cancel the RFI without any obligation for reimbursement to vendors. Overall, the government seeks a robust solution to enhance its software development productivity while ensuring security and compliance across its operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information - Software as a Service Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) regarding a Software as a Service (SaaS) Agreement. This initiative aims to gather industry feedback on a proposed standard template for an Enterprise Software as a Service Agreement, which is crucial for streamlining procurement processes and ensuring compliance with government standards. The feedback collected will help refine the agreement template, which is essential for the effective delivery of software services to meet operational needs. Interested parties can direct their inquiries to DAF Category Management at daf.category.management@us.af.mil for further information.
    All Domain Common Platform (ADCP) Security Cloud Engineering Network Develpoment (ASCEND) RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) for the All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND) project. This initiative aims to gather insights and capabilities related to custom computer programming services that will enhance the security and functionality of cloud engineering networks. The services sought are critical for supporting advanced military operations and ensuring robust cybersecurity measures. Interested parties can reach out to Michelle Landry at michelle.landry@us.af.mil or Rosa Krauss at rosa.krauss.3@us.af.mil for further information regarding this opportunity.
    Request for Information: New Modern Software Delivery Multiple Award IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Request for Information regarding the Modern Software Delivery Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract, valued at $50 billion. This initiative aims to enhance the Army's software development capabilities through rapid design, deployment, and maintenance of critical software systems, utilizing Agile methodologies and ensuring compliance with cybersecurity standards. The contract emphasizes the importance of modern software practices in supporting the Army's operational efficiency and digital transformation efforts. Interested parties can reach out to the DC3OE MSD IDIQ Team at usarmy.apg.acc.mbx.dc3oe-msd-idiq-mailbox@army.mil for further details and guidance on participation.
    Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) Software Follow-On Sources Sought/Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors regarding the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) software follow-on contract. This Sources Sought/Request for Information (RFI) aims to gather insights for future contracts that will support engineering services related to LADO software, which is critical for satellite systems, including functionalities such as Telemetry, Tracking, and Commanding (TT&C), Mission Planning, and LADO Simulation. The selected contractor will be responsible for software and hardware maintenance, upgrades, cybersecurity assurance, and extensive testing and documentation to ensure operational readiness and compliance with military standards. Interested parties must submit their responses, including a company profile and capability statement, by March 7, 2025, and can direct inquiries to Christa Phillips at christa.phillips.1@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
    Request for Information (RFI) Commercial Solutions for Shared Classified Commercial Infrastructure Pilot Program
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting information via a Request for Information (RFI) for a pilot program focused on shared classified commercial infrastructure. This initiative aims to enhance access to classified facilities for small businesses and non-traditional defense companies, while also seeking to reduce accreditation costs and identify policy barriers that may hinder broader adoption within the Department of Defense (DoD). The RFI is intended for market research purposes only, gathering insights on industry capabilities, cost efficiencies, regulatory barriers, and technology solutions to improve collaboration between the DoD, industry stakeholders, and the intelligence community. Interested parties are encouraged to submit their responses by March 10, 2025, and can reach out to Stevie Krekelberg at stevie.a.krekelberg.civ@mail.mil or Lamar Walker at lamar.a.walker.civ@mail.mil for further information.
    FUSIONS II SUPPORT - 616 Operations Center - JBSA-Lackland - Request For Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the FUSIONS II Support contract at the 616 Operations Center located at Joint Base San Antonio-Lackland, Texas. The procurement aims to identify potential vendors capable of providing critical services in Information Warfare Support, Datalink Support, Joint Interface Control Officer Support, and IT Software/Programming Support, with an estimated program ceiling of $500 million over five years. This initiative is vital for enhancing the U.S. Air Force's intelligence, surveillance, and reconnaissance (ISR) capabilities, ensuring effective command and control across various operational environments. Interested parties are encouraged to submit their capabilities and insights to Conner Nichols at conner.nichols@us.af.mil or by phone at 210-977-6304, with responses due as outlined in the attached RFI document.
    Request for Information (RFI) for Transformational Model – Battle Management Perceive Actionable Entity (PAE) Decision Advantage Sprint for Human-Machine-Teaming (DASH)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) for the Transformational Model – Battle Management Perceive Actionable Entity (PAE) Decision Advantage Sprint, aimed at enhancing Human-Machine-Teaming capabilities in command and control (C2) systems. The RFI seeks innovative solutions to improve decision-making processes in contemporary combat environments, focusing on automation to gain decision advantages over adversaries. This initiative is critical for refining military effectiveness in rapidly evolving scenarios, with a PAE DASH event scheduled for March-April 2025, where selected participants will demonstrate their software solutions. Interested parties are encouraged to submit unclassified responses detailing their capabilities and relevant use cases, while ensuring the protection of proprietary information. For further inquiries, contact Lt Col Timothy Wintch at timothy.wintch@us.af.mil or Dr. Elizabeth Frost at elizabeth.frost.7@us.af.mil.
    HRPDG Advanced Processing Cards Request for Information
    Buyer not available
    The Department of Defense, specifically the Air Force's F-16 System Program Office at Hill AFB, Utah, is seeking information on high assurance, aviation-qualified OpenVPX cards through a Request for Information (RFI). The primary objective is to identify readily available computing solutions capable of running containerized software on Linux while meeting NSA requirements for data protection at the top-secret level. These advanced processing cards are crucial for enhancing the operational capabilities of the F-16 aircraft. Interested vendors must submit their responses to the RFI by February 21, 2025, at 2:00 PM (MST), and can contact Contracting Officer Laurie Auernig at laurie.auernig@us.af.mil for further inquiries.
    Green Hills Linux & GMART Licenses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of Green Hills Linux and GMART licenses, as outlined in the combined synopsis/solicitation FA8222-25-Q-B008. This procurement aims to secure commercial software support and licenses for various compiler and development tools tailored for MIPS and Linux Native processor environments, which are critical for the operational capabilities of the Air Force. The selected contractor will be responsible for providing essential software tools, including AdaMULTI and Ada95 compilers, with a performance period of 12 months following the receipt of the order, and delivery expected at Hill Air Force Base in Utah. Interested parties must submit their written offers by March 6, 2025, and direct inquiries to the primary contact, Richard Hales, at richard.hales.1@us.af.mil, or the secondary contact, Austin Hurst, at austin.hurst.2@us.af.mil.
    Global Hardware
    Buyer not available
    The U.S. Department of State is seeking industry input through a Request for Information (RFI) for high availability server and storage hardware solutions intended for global deployment across various sites. The procurement aims to assess the market capabilities of proven commercial off-the-shelf (COTS) hardware that complies with federal security standards and cryptographic module certifications, ensuring the solutions can support rapid deployment and long-term operational needs. This initiative is critical for enhancing the Department's technological infrastructure and ensuring robust cybersecurity measures are in place. Vendors are encouraged to submit their responses by March 5, 2025, to Andrew Rothstein at RothsteinAT@state.gov, as the information gathered will inform future acquisition strategies without obligating the government to procure any goods or services.