Description(s): SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION FOR ATIC Support Industrial Control System Phased Reviews.
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a sources sought synopsis in support of Market Research being conducted by the United States Air Force to identify potential sources for ATIC Support Industrial Control System Phased Reviews.
2. Requirement.
3.0 SCOPE OF WORK
The contractor shall provide technical support to perform a phased review of Industrial Control Systems (ICS) infrastructure at two Government facilities and across an associated wide-area network. This effort includes an initial site visit, infrastructure review, ATO readiness assessment, and the development of a detailed network map/topology diagram. Deliverables will include phased reports and diagrams to support cybersecurity compliance and ongoing configuration management.
4.0 PERIOD OF PERFORMANCE
4.1 Work must be completed within 30 calendar days.
3. Information requested.
The Government requests interested offerors who can fully support this requirement to provide the following information:
a. Company name, UEI number, Cage Code, address, points of contact, phone numbers and e-mail addresses.
b. Information should include a brief description of experience in providing the type of services described above. The information package must be clear, concise, and complete. The Air Force has no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
c. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 541330 “Engineering Services”. The Small Business Size Standard is $25,500,00.00.
d. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 2 pages.
4. Inquiries.
Any qualified and interested company responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
All responses or questions shall be forwarded to TSgt Jamil Minosa at jamil.minosa.2@us.af.mil and Jenna Jacobson at jenna.jacobson@us.af.mil. The due date and time for responses to this synopsis is 10:00 AM Pacific Standard Time on Friday 16 January 2026.