Data Migration RFI
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 United States Air Force, AFLCMC/WVSS, is conducting a Sources Sought / Request for Information (RFI) to identify companies capable of providing a data migration solution for its 3DEXPERIENCE (3DX) platform. This effort supports the Air Force's transition to a digital-based acquisition program by migrating data between on-premises, air-gapped 3DX instances. Responses are due May 10, 2026.
Scope of Work
The Air Force seeks a solution to export data from one Windows-hosted 2025x 3DX instance and import it into another similar instance. Key requirements include:
- Data Integrity: Maintaining data integrity, digital threads, and all metadata during migration.
- Data Types: Handling various data types, including PDFs, Word, CATIA, 3DXML, and Enovia business objects, with 3DSwym data desired.
- Merge Capability: Adding/merging data without overwriting or deleting existing data in the target instance.
- Migration Process: Supporting an initial full data migration followed by incremental updates for new and changed data.
- Functionality: Ensuring transferred data is read-only but linkable in the target instance, with updated data flagged. The migration must be one-way.
- Validation: Validating data and digital threads in the new instance independently of the original.
- Support: Assisting with Authority to Use (ATU) and Authority to Operate (ATO) certifications at IL5, IL6, and IL6+ levels, if required by the solution.
- Exclusions: The contractor will not be responsible for the Cross Domain Solution or data hosting.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541512 (Computer Systems Design Services)
- Response Due: May 10, 2026, at 4:00 PM (ET)
- Questions Due: April 26, 2026
- Published Date: April 24, 2026
- Place of Performance: Hanscom AFB, MA
Submission Requirements
Interested parties must submit a white paper via email to Capt. Landon Smith (landon.smith.13@us.af.mil). The white paper should address specific questions regarding the proposed solution, team configuration, estimated timeframes, and any additional suggestions.
- Section 1 (Administrative): Include contact details, recommended contracting strategy, business type (NAICS 541512), and facility security clearance.
- Section 2 (Technical): Answer RFI questions, limited to 8 pages (excluding images/graphs).
Important Notes
This is an RFI for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to contract. The Government will not reimburse costs incurred in responding. All submissions become Government property. Potential offerors should monitor www.sam.gov for any updates.