Sources Sought – IROC OT Stack Phase 2
Purpose and Background: This Sources Sought notice is issued in accordance with DFARS PGI 206.303-2 to identify potential sources capable of supporting the acquisition of Installation Resilience Operations Command & Control (IROC) Operational Technology (OT) Stack Phase 2 to provide all the tools, labor, materials, and equipment to purchase, configure, and install the appropriate OT stack. Configuration is based on the 1) number and capacity (i.e., port count) of switches, 2) OT Gateways (OTG) (typ. 1 per facility), 3) Uninterruptible Power Supplies (UPS), and 4) necessary mounting, power, and uplink/downlink media (i.e. Ethernet patch cables, media converters, fiber transceivers, and fiber patch cables) at designated located on Tyndall AFB, FL. The Deployed Operational Technology (OT) stack in each facility must provide secure connectivity between the devices and the central IROC services in the base data center. The scope of work shall acquire, configure, and deploy OT networking infrastructure in connected facilities and cutover connected FRCS devices to the IROC network.
Request Capabilities: The Government seeks to identify contractors with demonstrated experience in OT networking infrastructure, FRCS or similar control systems, cybersecurity expertise for OT environments, network architecture and design capabilities, and integration experience with existing systems. Interested parties are encouraged to possess relevant DoD/Air Force contract experience, appropriate security clearances, and the technical capacity to support enterprise-level facility control system implementations across multiple installations. Although not required in order to respond.
Submission Requirements: Interested contractors should submit capability statements (maximum 5 pages) that include company information with CAGE code and socioeconomic status, relevant past performance examples from the last 5 years, technical approach for OT stack deployment and IROC system integration, rough order of magnitude cost estimates, and key personnel qualifications. Responses should demonstrate experience with similar scope projects and include customer references for comparable implementations.
SUBMISSION DEADLINE AND CONTACT: All capability statements must be received by 4:00 PM EST on 1 August 2025. Submit responses in PDF format to SrA Jarred Julian at jarred.julian@us.af.mil.
DISCLAIMER: This Sources Sought notice is for market research purposes only and does not constitute a solicitation or commitment to purchase. No contract will be awarded based solely on responses to this notice. Respondents will not be reimbursed for costs incurred in preparing responses, and all submissions become property of the U.S. Government. The Government reserves the right to use information provided for acquisition planning purposes.
- Product Service Code: 7B22 - IT and Telecom - compute: servers (hardware and perpetual license software)
- NAICS Code: 541512- Computer Systems Design Services
- Place of Performance:
Tyndall AFB, FL 32403
USA