Maxwell 42CS Virtual Core Server Sustainment (Warranty)
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, 42nd Communications Squadron at Maxwell AFB, AL, has issued a Sources Sought notice for Warranty and Sustainment Support for its SIPR/NIPR Virtual Core Server Equipment. This is a market research effort to identify industry capabilities for HP server support as the current equipment approaches the end of its manufacturer's warranty. Responses are due May 8, 2026.
Purpose
This Sources Sought is for market research purposes only and is not a solicitation. The government seeks to understand available products and capabilities for HP Warranty and Server Support at Maxwell AFB, AL, as outlined in the attached "DRAFT" Statement of Requirements (SOR). No contract will result from this inquiry, and the government does not intend to award a contract based on this notice. Portions of submitted responses may be incorporated into a future solicitation.
Scope of Work (Draft SOR)
The requirement is for a one-year Sustainment Support Service Agreement (Warranty) with four separate additional Option Years. Services are for specific HP server models (DL360 Gen11 and DL380 Gen10). Contractor responsibilities include:
- Unlimited 7x24x365 Technical Telephone Support.
- Remote Diagnostics and On-Site Maintenance if required.
- Covering all Labor, Parts, and Materials for repairs or replacements.
- All work performed by Authorized Technicians.
- Restoring equipment to 100% fully operational state.
- Proper disposal of replaced parts and work-generated residue. Performance requires OEM support at the highest manufacturer level for troubleshooting and restoration after local Tier I through Tier III efforts.
Contract & Timeline
- Type: Sources Sought / Market Research (Request for Information)
- Duration: Anticipated 1-year base + 4 option years for future contract.
- Set-Aside: None specified (market research stage).
- Response Due: May 8, 2026, at 01:00 p.m. Central Standard Time.
- Published: May 4, 2026.
- Place of Performance: Maxwell AFB, Montgomery, AL 36113.
Information Requested
Interested parties should provide:
- General Information: Company name, address, Point of Contact, contact details, business type (e.g., small, 8a, woman-owned), and primary NAICS code.
- Capabilities: Confirmation of capability to meet the requirements in the attached "draft" SOR, along with supporting documentation (e.g., bill of materials, price lists, product sheets).
- Commercial Terms: Customary commercial contract terms that would enhance effectiveness.
Special Requirements
- Security: Services are unclassified, and no CAC is required. Contractors must notify the contracting officer 30 days prior to on-base performance. Installation access requires base identification and vehicle passes, adhering to DAFFARS 5352.242-9000, AFI 31-218, and DoDM5200.08v3_AFMAN31-101v3. REAL ID-compliant credentials are mandatory for base access. Specific rules apply for unescorted entry to controlled/restricted areas; otherwise, escort by cleared personnel is required. Transporting firearms or establishing contractor IT systems without permission is prohibited.
Submission Details
Responses must be submitted via email to SrA Malik Bacon (malik.bacon@us.af.mil) and Jeremy Kersey (jeremy.kersey.1@us.af.mil). Only written responses will be considered. Costs incurred in responding will not be reimbursed.