Joint Cyber Command and Control Cyber Operations (JCO)
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 is conducting market research through a Sources Sought / Request for Information (RFI) for the Joint Cyber Command and Control Cyber Operations (JCO) effort. This initiative seeks industry input on advancing the JCO application, which provides development, maintenance, and engineering services for the Joint Cyber Command and Control (JCC2) framework. The primary place of performance is San Antonio, TX. Responses are due by Noon CDT on February 13, 2026.
Purpose & Scope
This RFI aims to gather industry capabilities for the JCO application, which supports JCC2 Scaled Agile Framework (SAFe) Agile software development and maintenance/sustainment. The JCO platform helps operators manage missions, visualize data, and support decision-making across Joint Cyber C2 echelons, focusing on enhanced interoperability, cloud computing integration, cross-domain solutions, and DevSecOps.
The scope of work, as outlined in the draft Statement of Work (SOW), includes:
- Modernizing and refactoring the JCO application, services, and architecture.
- Integrating JCO capabilities with internal and external solutions.
- Developing new capabilities and software products.
- Providing enterprise services such as CI/CD pipeline automation, Cyber Security/Accreditation support, and Tier 4 support.
- Performing various levels of testing (unit, integration, system, regression, performance).
- Supporting operational and developmental testing, metrics, documentation, and training.
Requested Information
Respondents are requested to submit a white paper (maximum 15 pages) addressing their experience and capabilities in areas such as:
- CMMI Level 4 certification (Services or IT).
- DevSecOps for new capabilities, application development, sustainment, and containerization within a SAFe/Agile framework.
- Scalable enterprise Command and Control (C2) solutions.
- Technical capabilities with specific languages, applications, and technologies across NIPR, SIPR, and JWICS.
- Containerization and orchestration tools, including Kubernetes.
- Sustainment takeover of software baselines from other organizations.
- Developing applications for data ingestion, aggregation, analysis, and visualization.
- Labor skill mix and quantity for capability delivery (anticipating up to 53 FTEs).
- Experience with IONIC (Big Data Platform) and AccessIT.
- Developing and maintaining operational software in Government Cloud environments (e.g., AWS).
- Active government contract vehicles.
- Flexible and transparent pricing models for variable workloads.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Product/Service Code: DA01 (Application Development and Support Services)
- Period of Performance (Anticipated): One (1) year base, plus four (4) one-year options.
- Set-Aside: None specified.
- Response Due: Noon CDT, February 13, 2026.
- Published: February 5, 2026.
Submission Details
White papers must be submitted in Microsoft Office 2016 suite or PDF compatible format, searchable, with a minimum 10-point font. Diagrams should be in standard image, PDF, or Office compatible format. Submissions should be UNCLASSIFIED//CONTROLLED UNCLASSIFIED INFORMATION (U//CUI), with proprietary information clearly marked and segregated.
Important Notes
This RFI is for market research purposes only and does not constitute a solicitation or an invitation for bids. The Government will not reimburse respondents for submission costs, and responses are voluntary. Submissions become USG property.
Contact Information
- Primary: Star Jimenez, Contract Specialist, star.jimenez@us.af.mil, 210-925-0973
- Secondary: Capt Melvin Mitchell, Contracting Officer, melvin.mitchell.1@us.af.mil, 210-925-1047