Class Cloud One FOEJ for JWCC Cloud Services

SOL #: C1-FOEJ-JWCCJustification

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8726 AFLCMC HNK C3IN
HANSCOM AFB, MA, 01731-2100, United States

Place of Performance

Hanscom AFB, MA

NAICS

No NAICS code specified

PSC

Computing Delivered As A Service In A Public Or Private Cloud Environment, Such As Services For Traditional Mainframe Computers And Operations Running Windows, Linux, Converged Infrastructure Or Unix Operating Systems. (DB10)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026

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 Cloud One Office is justifying an exception to fair opportunity for the award of four non-competitive Firm-Fixed-Price (FFP) task orders under the Joint Warfighting Cloud Capability (JWCC) multiple-award IDIQ contract. These awards will be made to Google, Microsoft, Oracle, and Amazon Web Services (AWS) for Cloud Service Offerings (CSOs) and enterprise support at Hanscom AFB, MA. This action is mandated by the Department of War (DoW) to leverage JWCC for Impact Level (IL) 6 requirements and consolidate IL 2, 4, and 5 applications onto JWCC for efficiency.

Scope of Work

The task orders will procure CSOs at DoW Impact Levels (ILs) 2-6 from the four named Cloud Service Providers (CSPs). The primary goal is to consolidate existing applications and future workloads onto the JWCC platform, reducing contracting burden and improving efficiency.

Contract & Timeline

  • Type: Firm-Fixed-Price (FFP) task orders against the JWCC IDIQ contract.
  • Period of Performance: One base year with two one-year option periods for each task order.
  • Funding: Primarily Operations and Maintenance, USAF funds.
  • Published: January 22, 2026.

Rationale for Exception

The justification cites FAR 16.505(b)(2)(i)(B), stating that only one awardee is capable due to unique or highly specialized services. Existing applications are deeply integrated with the native and proprietary technologies of AWS, Azure, Oracle, and Google. Reconfiguring these applications to another CSP would be cost-prohibitive, risk catastrophic loss of access, and jeopardize continuity of mission-critical services. Transitioning would require extensive re-engineering, re-design, and re-authorization, leading to significant delays and increased costs.

Eligibility / Set-Aside

Not applicable. This is a justification for a non-competitive award to the four existing JWCC IDIQ contract holders, not a solicitation for new bids.

Additional Notes

The JWCC IDIQ contract vehicle allows the DoW to acquire commercial cloud offerings directly from CSPs at all classification levels. The PCO will determine price fairness and reasonableness in accordance with FAR 15.404.

People

Points of Contact

John MeehanPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Jan 22, 2026
Class Cloud One FOEJ for JWCC Cloud Services | GovScope