RFI - Systems Administrator PWS

SOL #: 26001Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA5215 766 ESS PKP
JBPHH, HI, 96860-4928, United States

Place of Performance

JBPHH, HI

NAICS

Computer Facilities Management Services (541513)

PSC

Support Services For It Management To Include Enterprise Architecture (Ea), Financial Management, And Strategic Planning. Ea Includes Services Supporting Business, Information, Application And Technical Architecture To Drive Standardization, Integration And Efficiency Among Business Technology Solutions. Financial Management Includes Services Involved In The Planning, Budgeting, Spend Management And Chargeback Of It Expenditures And The Costing Of It Products And Services. It Management And Strategic Planning Include Senior Professional And Administrative Support Services Facilitating Centralized It Strategy And Planning. (DF01)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 31, 2026
2
Response Deadline
Apr 8, 2026, 3:00 AM

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 Air Force Installation Contracting Center (AFICC), 766th Enterprise Sourcing Squadron (766 ESS) PKI has issued a Request for Information (RFI) / Sources Sought to conduct market research for Systems Administrator services. This RFI specifically targets Service-Disabled Veteran-Owned Small Business (SDVOSB) firms to gather feedback on a Draft Performance Work Statement (PWS) for IT support at Joint Base Pearl Harbor-Hickam, Hawaii. Responses are due by April 8, 2026.

Purpose

This notice is for information and planning purposes only and is not a Request for Quote (RFQ) or Request for Proposal (RFP). The Government seeks industry responses and feedback on the attached Draft PWS to identify and resolve concerns regarding the acquisition strategy, contract type, terms, schedules, and the feasibility of the requirement, including performance requirements and deliverables. Not responding to this RFI does not preclude participation in any future solicitation.

Scope of Work

The anticipated requirement is for a contractor to provide functional systems administration, computer systems security, and end-user technical support. Services will maintain and optimize the Base Local Area Network (LAN) and associated government computer systems and devices for the Headquarters PACAF Financial Management Directorate. Key support activities include:

  • Diagnosing and resolving software, hardware, and network issues.
  • Administering user accounts and access controls.
  • Ensuring cybersecurity compliance and system integrity.
  • Providing technical assistance to end users.
  • Supporting software and hardware lifecycle management.
  • Managing the Directorate’s cell phone and tablet program.
  • Maintaining FM SharePoint sites and web content.
  • Implementing Air Force cybersecurity policies and conducting security audits. All services must be performed in accordance with applicable Air Force Instructions (e.g., AFI 17-130, AFI 16-1404) and Department of Defense (DoD) cybersecurity directives. A detailed Monthly Summary Report (MSR) will be required.

Place of Performance

Services will be rendered on-site at Joint Base Pearl Harbor-Hickam, Hawaii. The PWS implies a minimum of 2,000 hours of support annually.

Special Requirements

Contractor personnel must possess and maintain a Secret security clearance and hold a current CompTIA Security+ or Security+ CE certification. Proficiency in network infrastructure, Microsoft Office, Azure, Active Directory, Exchange Mail, and VMware is required. Personnel must also comply with the Privacy Act of 1974 and maintain professional conduct.

Information Requested

Interested parties are requested to provide responses, not exceeding 4 pages, addressing the following:

  1. Company Information: Name, Address, Telephone Number, Point of Contact, E-mail, DUNS, CAGE Code, Socio-Economic Class, and Business Size Standard based on primary NAICS code.
  2. Similar Contracts: Details for similar government or commercial contracts, including Contract Number, Brief Scope, Dollar Value, and Locations Supported.
  3. Capability Statement: Explain how the company's capabilities are comparable to the attached Draft PWS. Do not submit any cost or price data.

Contract & Timeline

  • Opportunity Type: Request for Information (RFI) / Sources Sought
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Response Due: April 8, 2026, 3:00 AM UTC
  • Published: March 31, 2026

Contact Information

People

Points of Contact

SSgt Spencer MosesSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 31, 2026
RFI - Systems Administrator PWS | GovScope