Skip to main content

An official website of the United States government

You have 2 new alerts

JWICS Installation Sources Sought

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Apr 14, 2025 08:39 am MDT
  • Original Published Date: Feb 28, 2025 10:04 am MST
  • Updated Response Date: Mar 14, 2025 03:00 pm MDT
  • Original Response Date: Mar 14, 2025 03:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 15, 2025
  • Original Inactive Date: Mar 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Ellsworth AFB , SD 57706
    USA

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. 

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 605 385 1746 1000 ELLSWORTH ST STE 1200
  • ELLSWORTH AFB , SD 57706-4947
  • USA

Primary Point of Contact

Secondary Point of Contact

History