Aruba License and Support

SOL #: W9124G26XARUBASources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT RUCKER
FORT RUCKER, AL, 36362, United States

Place of Performance

Presidio, CA

NAICS

Software Publishers (513210)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 10, 2026
2
Response Deadline
Feb 13, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army, through W6QM MICC-FT RUCKER, is conducting a Request for Information (RFI) for market research purposes to identify vendors capable of providing Aruba License and Support for the current Aruba WLAN equipment at the DLI Language Training Network (LTN) at Presidio of Monterey, CA. This opportunity is designated as an 8(a) Set-Aside (FAR 19.8). Responses are due by February 13, 2026, at 12:00 PM CST.

Scope of Work

The requirement is for licensing and maintenance support for existing Aruba WLAN equipment supporting the Defense Language Institute Foreign Language Center (DLIFLC). The scope includes specific technical requirements such as Next Business Day Exchange, Hardware Replacement, Remote Technical Support, included Parts and Materials, Escalation Management, and Coverage during Standard Business Hours. All products and services must be Trade Agreement Act (TAA) compliant. A detailed product list, including specific Aruba software licenses, controllers, and access points (APs) with part numbers, is provided in Attachment 1.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Anticipated Procurement Type: Firm-Fixed Price
  • NAICS Code: 513210 (Size Standard: $47 million)
  • PSC Code: 7A21 (Business Application Off The Shelf Software Delivered By Perpetual License)
  • Set-Aside: 8(a) Set-Aside (FAR 19.8)
  • Estimated Period of Performance: One year from the time of award. The specific period for listed items is March 31, 2026, to March 29, 2027.
  • Response Due: February 13, 2026, 12:00 PM CST
  • Published: February 10, 2026

Purpose & Response Instructions

This RFI is for market research only to gauge industry capabilities. Responses are welcome from both small businesses of all categories and other than small businesses. No quotes are needed at this time, and no questions will be answered during this RFI phase. Interested parties capable of fulfilling this requirement should respond via email to Jolene A. Granger at jolene.a.granger.civ@army.mil.

People

Points of Contact

Jolene A. GrangerPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 10, 2026
Aruba License and Support | GovScope