Trusted Thin Clients Server Upgrade
ID: FA480324QB097Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C21)

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 upgrade of Trusted Thin Clients (TTC) servers at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. The primary objective of this procurement is to provide installation, training, and assessment and authorization services for eighteen TTC servers, transitioning from the current version to TTC 3.x while ensuring compatibility with existing software from Forcepoint/Everfox. This upgrade is crucial for maintaining secure access to Secret and Below Interoperability networks, reflecting the Air Force's commitment to modernizing its IT infrastructure. Interested small businesses must submit their quotations by September 18, 2024, with a performance period of 240 days post-award, and can contact Thomas Grove at thomas.grove.1@us.af.mil or (803) 895-9807 for further information.

    Files
    Title
    Posted
    The document addresses the support and operational specifications for the TTC units used in a virtual desktop infrastructure (VDI) environment. The response indicates that multiple vendors supply TTC units, with Forcepoint/Everfox being responsible for Distro consoles. It confirms the existence of an application requiring a database server, although no standalone application server is present. The current version of TTC in use is 2.2.3.0, and the upgrade activities can occur during normal business hours. Support for the various VDI environments is provided by Everfox for server management, with different entities handling application support. Additionally, it notes that specific devices are located at Shaw AFC and Al’udeid AFB under this initiative's scope. This information details operational requirements and vendor relationships, essential for understanding the infrastructure and support systems in place for government operations.
    The Statement of Objectives outlines the requirements for upgrading the Trusted Thin Client® (TTC) system for the United States Air Forces Central (AFCENT) at Shaw Air Force Base and Al Udeid Air Base. The upgrade seeks to transition the current installation, which supports access to Secret and Below Interoperability networks, to TTC® 3.x while ensuring compatibility with existing Forcepoint/Everfox software. The project scope includes pre-onsite engineering services, onsite implementation of updated TTC servers, and training for administrators. Key activities involve planning the system architecture and configuration updates, performing security assessments, integrating the upgraded system with existing services, and conducting functional testing. The initiative emphasizes the need for risk mitigation and thorough coordination for a seamless transition, coupled with training provisions for TTC® administrators. This upgrade reflects AFCENT's commitment to maintaining secure and effective multi-level access solutions in alignment with modern operational demands.
    The Statement of Objectives outlines the requirements for upgrading the Trusted Thin Client® (TTC) system for the United States Air Forces Central (AFCENT) at Shaw Air Force Base and Al Udeid Air Base. The upgrade seeks to transition the current installation, which supports access to Secret and Below Interoperability networks, to TTC® 3.x while ensuring compatibility with existing Forcepoint/Everfox software. The project scope includes pre-onsite engineering services, onsite implementation of updated TTC servers, and training for administrators. Key activities involve planning the system architecture and configuration updates, performing security assessments, integrating the upgraded system with existing services, and conducting functional testing. The initiative emphasizes the need for risk mitigation and thorough coordination for a seamless transition, coupled with training provisions for TTC® administrators. This upgrade reflects AFCENT's commitment to maintaining secure and effective multi-level access solutions in alignment with modern operational demands.
    The document outlines the justification for a sole source procurement regarding the TTC software, following simplified procedures for certain commercial items. After a thorough search on GSA eBuy, it was identified that multiple small businesses could fulfill the government's requirements. A sources sought notice revealed potential vendors, with assurances of competitive quotes expected. The contracting officer plans to leverage this competition to ensure fair pricing, adhering to FAR guidelines. Market research indicated challenges in locating the designated vendor, Everfox, due to a recent change in their registration status after acquiring ForcePoint. Despite the limited availability of the TTC software brand, the document highlights the presence of multiple potential vendors who could accommodate future acquisitions. Furthermore, it describes AFCENT's broader initiative to modernize their IT infrastructure, which facilitates enhanced operations across various security levels. The contracting officer and technical personnel certify the document's accuracy and completeness, supporting a framework for ongoing and future acquisitions that promote competition while acknowledging existing barriers. Overall, the document emphasizes compliance, market research, and proactive contract management by the government.
    The document focuses on various government Requests for Proposals (RFPs), federal grants, and state and local RFPs related to community development and environmental safety initiatives. It outlines the need for enhancing mechanical, electrical, and general safety systems in public facilities, emphasizing compliance with federal and local regulations. Key areas of concern include infrastructure upgrades that improve fire safety, waste management, and ecological sustainability. The document stresses the importance of thorough evaluations and hazard assessments to identify potential risks, particularly in historical buildings and community-centric projects. Additionally, it highlights the necessity for maintaining a high safety standard while facilitating the modernization of public facilities and addressing community needs. The government aims to foster collaboration and support innovative solutions that address both immediate and long-term community challenges.
    The Department of the Air Force has issued Request for Quotation FA480324QB097, inviting submissions from 100% Women-Owned Small Businesses (WOSB) for the installation, training, assessment, and authorization services of eighteen TTC servers at Shaw AFB, South Carolina, and Al Udeid Air Base, Qatar. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation method. Notably, funds are not currently available, and no awards will be processed until funding is secured. Quotations must be submitted by September 9, 2024, with any inquiries directed to designated contact points. The solicitation includes various FAR and DFARS clauses and emphasizes strict compliance with numerous federal regulations, including those related to labor standards and telecommunications security. This project reflects the Air Force's commitment to inclusivity and adherence to federal procurement standards while ensuring high-quality service delivery through a competitive bidding process.
    The Department of the Air Force, through the 20th Fighter Wing at Shaw Air Force Base, has issued a Request for Quotation (RFQ) to procure commercial services, specifically for Everfox/Forcepoint services, training, and estimated travel, all aligned with a Statement of Objectives. This solicitation is exclusively set aside for small businesses under NAICS Code 541519, with a size standard of $34M. Key details include a due date for quotations of September 18, 2024, and a performance period of 240 days after the Notice to Proceed for each contract line item. Offerors must submit pricing, service specifications, and confirm their compliance with various clauses relating to federal regulations as specified in the RFQ. The evaluation criteria prioritize the lowest price technically acceptable and past performance within the last three years. Offerors are reminded that contract award awaits available funding, and the government reserves the right to cancel this solicitation at any time. This RFQ aims not only to secure the required services but also to ensure compliance with federal statutes pertaining to small business considerations and procurement regulations.
    The United States Air Force Central Command (AFCENT) seeks a contractor for a Rough Order Magnitude (ROM) Fixed-Price project involving implementation and support of Trusted Thin Client® (TTC) technology. The main objective is to upgrade AFCENT's existing TTC infrastructure to the latest TTC 3.x version. The scope of work covers technical project management, kickoff and re-engagement, engineering services, and assessment and authorization (A&A) support. This includes on-site deployment and integration of TTC solutions at two locations, Shaw AFB, SC, and Qatar. The contractor will manage hardware upgrades, configure distribution consoles, and integrate TTC with network and enterprise services. Additionally, they will provide training for TTC administrators and deliver comprehensive trip reports and system design documents. Key dates and evaluation criteria are not explicitly mentioned in the provided information.
    The government seeks information from businesses capable of executing a 'Trusted Thin Clients Server Upgrade' at Shaw AFB, South Carolina. This sources-sought notice is a preliminary step to assess companies' abilities to provide these specific IT services. Businesses with relevant expertise are invited to respond, indicating their capacity and providing capability statements. This is not a request for proposals; interested parties should not submit questions or offers at this stage. The response date is Thursday, August 8, 2024, at 10:00 AM EST.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A OTU-2 (10.709GB) LEASED ACCESS CIRCUIT BETWEEN 2721 SACRAMENTO STREET, WRIGHT PATTERSON AFB, OH 45433-5061 AND 3367 W DICKMAN RD, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an OTU-2 (10.709GB) leased access circuit connecting Wright Patterson AFB in Ohio to the Battle Creek Air National Guard Base in Michigan. This procurement aims to secure telecommunications services essential for operational connectivity, with the selected contractor required to comply with various federal acquisition regulations and provide detailed pricing for both recurring and non-recurring charges. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested parties should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    LeMay VTC CISCO WebEx Software/Hardware
    Active
    Dept Of Defense
    The Department of the Air Force is seeking quotes for the procurement of CISCO WebEx software and hardware to enhance video-teleconferencing capabilities at Maxwell Air Force Base in Montgomery, Alabama. The requirement includes the design, installation, and customer technical support for a distributed multipoint video-conferencing platform that must support secure communications across three designated rooms, utilizing new equipment from CISCO and other manufacturers. This initiative underscores the importance of modernizing communication technologies within secure environments, ensuring compliance with USAF and DoD security standards. Quotes are due by September 20, 2024, and must be submitted via email to SSgt Tyrel Tinsley and Ms. Kimberly Knott, with the contract awarded based on the lowest priced acceptable quote.
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron at Schriever Space Force Base, is seeking proposals for the procurement of Great Lakes Server Racks under solicitation number FA255024Q0063. The primary objective is to acquire server racks that will support Delta 9's operational needs, focusing on baseline configurations, power consumption reduction, and maximizing physical space, with a delivery timeline of 60 days post-award. These server racks are critical for enhancing the operational capabilities at Schriever SFB, ensuring compliance with the Trade Agreements Act (TAA) and other government standards. Interested small businesses must submit their quotes by September 23, 2024, and can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A UNPROTECTED, TRANSPARENT LEASED OTU-2 BETWEEN150 CANBERRA STREET, BATTLE CREEK AIR NATIONAL GUARD BASE, BATTLE CREEK, MI 49037 AND 5534 PRYOR DRIVE, SCOTT AFB, IL.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected, transparent leased OTU-2 telecommunications service between Battle Creek Air National Guard Base in Michigan and Scott Air Force Base in Illinois. The procurement requires compliance with specific commercial item terms and conditions, including the submission of detailed pricing for both recurring and non-recurring charges, as outlined in the solicitation. This telecommunications service is crucial for maintaining effective communication capabilities within the military infrastructure. Quotes are due by October 14, 2024, at 4:00 PM CST, and interested vendors should direct inquiries to Maxwell Jones at maxwell.s.jones.civ@mail.mil or by phone at (618) 418-6946.
    PROVIDE, INSTALL, AND MAINTAIN A NEW OTU-2 (10.709GB) LEASED ACCESS CIRCUIT ON THE BETWEEEN BLDG 1052, ROOM 101, FLOOR 1, 1321 3RD STREET, CREECH AFB, NV 89018 AND BLDG P6, NETWORK ROOM, 4450 GRISSOM AVENUE, NELLIS AFB, NV 89191
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a new OTU-2 (10.709GB) leased access circuit connecting Creech Air Force Base (AFB) and Nellis AFB in Nevada. The procurement aims to enhance telecommunications infrastructure, which is critical for military operations and connectivity between bases. This opportunity is classified under the NAICS code 517111 for Wired Telecommunications Carriers, and it will utilize a Lowest Price Technically Acceptable (LPTA) source selection process for evaluating quotes. Interested vendors must submit their proposals by the specified deadline and can contact Jennifer Voss or Angelina Hutson via email for further information.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    C3C EULI 3D Monitors
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting industry feedback for the procurement of approximately 44 Targeting Application Workstation (TAW) systems and 16 Pluraview monitors, which are essential for intelligence analysis at over 120 Air Force bases worldwide. The procurement aims to acquire systems that meet specific configurations approved by the National Geospatial-Intelligence Agency (NGA), ensuring consistency and operational effectiveness for targeteers in the field. This initiative underscores the government's commitment to enhancing technological capabilities for air crew operations, with a contract award anticipated in September 2024. Interested vendors should respond to the Request for Information (RFI) by September 23, 2024, providing insights on capabilities, costs, and compliance with Department of Defense regulations; inquiries can be directed to Ashley Blaess at ashley.blaess@us.af.mil or Diamont Daniel-Malsch at diamont.daniel-malsch@us.af.mil.
    DRAFT - Video Conference Software - Maxwell AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for Video Teleconference (VTC) equipment as part of a firm-fixed price contract aimed at enhancing communication infrastructure. The procurement includes a distributed multipoint video-conferencing platform, with a preference for the Pexip Infinity Software Platform, and must support secure connections for multiple endpoints, accommodating up to 10 concurrent users while ensuring compliance with military security standards. Interested small businesses are invited to submit compliant quotes by September 20, 2024, at noon CST, with evaluations based on technical acceptability and price reasonableness. For further inquiries, potential offerors can contact SrA Chase Flowers at chase.flowers@us.af.mil or Kimberly Knott at kimberly.knott.1@us.af.mil.
    Field Assistance Service (FAS) has a requirement for a CISCO Catalyst 8300 Router (Gateway Server)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a CISCO Catalyst 8300 Router to fulfill a requirement for the Field Assistance Service (FAS) Program Management Office. This procurement aims to replace an outdated Automated Call Distribution (ACD) Gateway Server that is no longer approved for use and has reached its End of Life, ensuring compliance with Joint Interoperability Test, Evaluation, and Certification (JITIC) standards. The new router is critical for supporting approximately 80 helpdesk calls annually related to Air Force and Department of Defense combat software systems. Interested vendors, particularly those certified as Woman-Owned Small Businesses, must submit their quotes by September 20, 2024, with delivery required by September 30, 2024. For further inquiries, vendors can contact Dione A. Davis at dione.davis@us.af.mil or Adam T. Golden at adam.golden.1@us.af.mil.