Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

99 -- Annual AFNET License Support

Notice Date
9/12/2025 10:23:13 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
AFNET-RFI-2025
 
Response Due
9/16/2025 7:00:00 PM
 
Archive Date
10/01/2025
 
Point of Contact
Mason R Worsham
 
E-Mail Address
mason.worsham.1@us.af.mil
(mason.worsham.1@us.af.mil)
 
Description
1. Introduction The government has a reoccurring annual requirement for annual software license renewals, annual software product support renewals and annual hardware product support renewals (""License and Support Renewals""). The proposed actions continue support for the system as designed and fielded by renewing the licenses and support for the Commercial Off-The-Shelf (COTS) products currently integrated into fielded weapon systems. 2. Disclaimers This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). Any information submitted by respondents to this request is strictly voluntary. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB); nor does its issuance obligate or restrict the U.S. Government to issue an RFP, RFQ, or IFB in the future. The U.S. Government does not intend to award a contract or order based on responses from this RFI. Not responding to this RFI does not preclude participation in any future RFP, RFQ, or IFB, if any are issued. Respondents are advised the U.S. Government shall not pay for any information provided, the use of such information, the preparation of such information, travel expenses, nor any administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties� expense. Information received from this RFI will be used for planning and market research purposes. As such, any response submitted to this RFI constitutes consent for that submission to be reviewed by military personnel, Government civilians, imbedded AFLCMC/HNI DoD contractors, and Federally Funded Research and Development Corporations (FFRDCs) or University Affiliated Research Corporations (UARC). Supporting this requirement are Oasis Systems and Deloitte. The responses may be forwarded to other Government entities in consideration for applicability to other programs. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. All DoD contractor and FFRDC personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The U.S. Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S. Government regulations. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. Issuance of this RFI does not obligate or restrict the U.S. Government to an eventual acquisition approach. 3. Unified Capabilities Overview The Department of the Air Force (DAF) operates the Air Force Information Network (AFIN) with numerous Commercial-Off-The-Shelf (COTS) products that are integrated together to meet technical requirements. This results in a system of systems which together make up the larger AFIN. 4. RFI Purpose The government seeks to answer the following questions: Can any contractors provide the same or similar services as the ones listed below for each Original Equipment Manufacturer. Is it correct that only resellers with the approval to provide brand name materials and service packages are capable of developing, compiling, integrating, and deploying vulnerability patches and updates that require proprietary source code and proprietary knowledge. Are there any opportunities to improve our network capabilities by allowing a third party to provide service to the Original Equipment Manufacturers listed on the attachment to this RFI? POC: Capt M. Rives Worsham, mason.worsham.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3cc857d8216b4995861e81c46351f2be/view)
 
Place of Performance
Address: Hanscom AFB, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN07589646-F 20250914/250912230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.