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 able to provide the following:
The system shall be designed to provide access to a centralized Virtual Desktop Infrastructure. This complies with the Industry "Zero Trust" architecture and is approved by the NSA to allow access to multiple differing classification networks concurrently. Zero Trust moves the security boundary from the endpoint (user workstation) to a centralized Virtual Desktop Infrastructure.
There is zero compute, storage or Operating System at the endpoint, removing endpoint vulnerabilities. This also allows a dynamic reappropriation of network access based on what the room is classified at, who is in the room, and which room one is in.
2. Requirement:
Please see Statement of Objectives.
3. Information requested. The Government requests interested offerors that can fully support this requirement furnish the
following information:
SOURCES SOUGHT SYNOPSIS / REQUEST INFORMATION
A. Company name, address, points of contact, phone numbers, e-mail addresses, Cage Code, and GSA or NASA SEWP Schedule.
B. Information should include a brief description of experience in providing the type of support described above. Please include contract references relating to research and engineering expertise to include: contract number; agency supported, period of performance, original contract value, and Point of Contact (POC) with current phone number. The information package must be clear, concise, and complete. The Air Force is under 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 also 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 Table of size standards | U.S. Small Business Administration (sba.gov)
The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 334220, “Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.” The Small Business Size Standard is 1,250 employees.
D. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. All responses shall be forwarded to 1st Lt Austen Siegler email, austen.siegler.1@us.af.mil. The due date and time for responses to this notice is 14:00 Pacific Standard Time on 24 Apr 2025