Search Contract Opportunities

JWICS Installation Sources Sought

ID: JWICS_OSS_A046686 • Type: Sources Sought

Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this Sources Sought Announcement must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below.

Background:

The 28th Bomb Wing JWICS server system installation. This effort will require a two-phase effort. Phase one will require the contractor to acquire and stand up a new network node's router/switch infrastructure equipment for the base, provide any required training for dissimilar hardware to currently existing CISCO equipment, include licenses for operation as applicable, and ensure a warranty equal to that provided in USAF GEMSS contract. The second phase will include the stand-up of a three-cluster virtual system equipment supporting 150 VMware workstations with 3 vCPU , 32GB RAM, 512GB Storage per virtual desktop and 14 Virtual Servers in a 3-cluster configuration with 4 vCPU, 64GB RAM, 1 TB storage per server running in VMWare server management, Database, Print Server, Zero client Management, GEM One, Templates for other servers, File Share, VM Profile management, Application Management, Read-Only Domain Controller and Application Server configurations. The contractor will provide necessary training in order to enable government personnel to provide and ensure a fully operational equipment update with local government employed technicians/personnel to operate, maintain and troubleshoot upon completion of Statement of Work

NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT / RFI.

1. The Government is considering Brand-Name set asides for a portion of this requirement due to the network infrastructure, software and clients needing to be compliant and compatible with the requirements of the rest of the network to ensure functionality and sustainability with the rest of the enterprise. Parts list which items are brand specific are highlighted in yellow on the attached parts list. Items not highlighted in yellow, the government is considering brand name or equal componenets. Please see attached list of Materials and Statement of Work for details on required work.

2. Information Requested:

All interested parties are invited to provide information about your company/institution, or any teaming or joint venture partners. Interested vendors are requested to submit the following information

2a. Vendor Details:

  • Company Name
  • Contract Name
  • Phone Number
  • Email
  • Cage Code
  • GSA Contract Information (if Applicable)

2b. Material Information:

  • Lead time associated with materials listed in Attachment 4 - List of Materials (LOM). Please indicate which items would have the longest lead time and the time period from point of ordering said items.
  • If your company is aware of an "Or Equal" alternative components that may meet the governments need please include:
    • Manufacturer and model number.
    • Explanation of how the proposed alternative meets or exceeds the capabilities of the brand specific items
    • Availability and lead time.

The 28th OSS will review all "or equal" alternatives submitted through this sources sought / RFI to determine acceptability and whether the alternate components can meet the needs of the required JWICS system.

3. Submission Instructions:

All responses must be submitted electronically to matthew.moye.4@us.af.mil and joshua.johnson.233@us.af.mil no later than 3:00 PM MDT, Friday, 14 March 2025. Please include "Sources Sought / RFI JIWCS Installation" in the subject line of the email.

Questions relevant to this notice shall be sent electronically to the above email address. All communication shall be in writing and submitted electronically with reference "JWICS Installation." NO PHONE INQUIRIES WILL BE ACCEPTED.

4. Disclaimer:

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.

After review of the responses to this Sources Sought Announcement, a solicitation may be published on the sam.gov or GSA eBuy websites. Responses to this Sources Sought Announcement will not be considered adequate responses to the solicitation.

Background
The 28th Bomb Wing is seeking to install a JWICS server system at Ellsworth AFB, SD. This project aims to enhance the network infrastructure for the Air Force Global Strike Command (AFGSC) by implementing a two-phase effort.

The first phase involves establishing a new router/switch infrastructure, while the second phase focuses on setting up a three-cluster virtual server system to support VMware workstations and various server configurations. The goal is to ensure compatibility and sustainability with existing network systems.

Work Details
Phase 1: The contractor will acquire and install new router/switch infrastructure equipment, provide training for personnel on dissimilar hardware, include necessary licenses, and ensure warranties equivalent to those in the USAF GEMSS contract.

The contractor will also interconnect and test network devices at specified buildings to support over 200 networked devices.

Phase 2: The contractor will set up a three-cluster virtual server system supporting 150 VMware workstations with specific configurations (3 vCPU, 32GB RAM, etc.) and 14 virtual servers with higher specifications (4 vCPU, 64GB RAM). Training for government personnel will be provided to ensure operational capability post-installation. All equipment must be new, TAA compliant, and integrated seamlessly into existing infrastructure.

Period of Performance
The contractor will have a period of performance of 120 calendar days from the Notice To Proceed (NTP) date, with completion required no later than August 1, 2025.

Place of Performance
The contract work will be performed at Ellsworth AFB, SD, specifically in Buildings 7918 (OSS), 7921 (MPF), and 7021 (FTU).

Overview

Response Deadline
March 14, 2025, 5:00 p.m. EDT Past Due
Posted
Feb. 28, 2025, 12:04 p.m. EST (updated: April 14, 2025, 10:39 a.m. EDT)
Set Aside
Small Business (SBA)
PSC
None
Place of Performance
Ellsworth AFB, SD 57706 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
Signs of Shaping
52% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/28/25 Air Combat Command issued Sources Sought JWICS_OSS_A046686 for JWICS Installation Sources Sought due 3/14/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million).
Primary Contact
Name
Matthew Moye   Profile
Phone
(605) 385-1725

Secondary Contact

Name
Joshua Johnson   Profile
Phone
(605) 385-1734

Documents

Posted documents for Sources Sought JWICS_OSS_A046686

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought JWICS_OSS_A046686

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought JWICS_OSS_A046686

Similar Active Opportunities

Open contract opportunities similar to Sources Sought JWICS_OSS_A046686

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA4690 28 CONS PKC
FPDS Organization Code
5700-FA4690
Source Organization Code
500022516
Last Updated
April 16, 2025
Last Updated By
joshua.johnson.233@us.af.mil
Archive Date
April 15, 2025