Atlassian or Alternatives - Request for Information
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Air Force, specifically the AFLCMC HNCK C3IN office under the DEPT OF DEFENSE, is conducting a Request for Information (RFI) to identify potential solutions for Atlassian licenses or suitable alternatives. This RFI supports Platform One's (P1) DevSecOps initiatives by gathering detailed information on collaboration and service management tools. Responses are due by February 20, 2026, at 5:00 PM EST.
Purpose and Scope
This RFI is for market research purposes only and is not a Request for Quotation (RFQ). The Government seeks information from vendors capable of providing Atlassian Jira and Confluence licenses or alternative solutions. The primary goal is to gather data on licensing options, feature comparisons, pricing, transition costs, and training to support P1's requirements.
Vendors are required to complete an attached Requirements Capability Sheet (Excel file), detailing how their solutions meet specific technical, security, and functional requirements. This includes:
- Licensing Options: Similarities/differences, feature restrictions, scalability, support, and alignment with P1's needs.
- Pricing Information: Estimated transition and training costs, available price plans (monthly, trial, annual), discounts, and cost breakdowns for cloud-managed options.
- General Requirements: Security scanning (Iron Bank), self-hosting in GovCloud, Kubernetes deployability, containerization, and compliance with DoD standards (STIGs, FedRAMP High, NIST 800-171/53, CMMC Level 3+).
- Functional Requirements: Detailed capabilities for issue tracking, project management (agile methodologies, customizable workflows, SLA tracking, integrations), service management (ITIL-compliant processes, asset management, chatbot automation), and collaborative documentation/knowledge management (real-time editing, fine-grained permissions, data encryption, audit logging, version control).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Product Service Code: 7A20 - Application Development Software
- Response Due: February 20, 2026, 5:00 PM EST
- Published: February 5, 2026
- Place of Performance: San Antonio, TX
Submission Instructions
Interested vendors must submit all responses using the attached Excel file, ensuring ALL tabs are completed. Responses should be sent to the points of contact listed in the opportunity.
Contact Information
- Primary: Major Jamail Walker (Contracting Officer) - aflcmc.hnckp.platformonectr@us.af.mil
- Secondary: Platform One License Management Team - aflcmc.hncx.p1licensemanagement@us.af.mil