Enterprise Endpoint Hardware Services (EEHS) Request for Information (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 Jet Propulsion Laboratory (JPL), under the National Aeronautics And Space Administration (NASA), is conducting a Request for Information (RFI) for Enterprise Endpoint Hardware Services (EEHS). This RFI seeks information from qualified vendors, particularly small businesses, capable of providing computer hardware and managing its lifecycle for end-users. JPL is transitioning to a Device-as-a-Service (DaaS) model. Responses are due by March 25, 2026.
Purpose
This RFI is for planning purposes only to gather information on industry capabilities and identify potential qualified sources. Responses will help JPL make decisions regarding a future solicitation, including potential Small Business Set-Aside procurements. This RFI does not constitute a solicitation or commitment to procure services.
Scope of Work
JPL is exploring a "Managed Device Lifecycle" model, potentially a "PC-as-a-Service" approach. The scope includes providing and managing the lifecycle of approximately 7,250 Windows/Linux devices (5,000 Windows, 250 Linux) under a fixed-price model, and facilitating flexible acquisition of Apple Mac computers (approximately 40% of the fleet). Key services include:
- Procurement and financing of hardware.
- Warehousing, logistics, imaging, and provisioning.
- Lifecycle management, asset tracking, and scheduled refreshes (3-4 years).
- Hardware-level warranty and repair management.
- NIST 800-88 compliant data sanitization at end-of-life.
- Management of a legacy fleet (approx. 8,000 assets) including intake, tracking, and phased refresh.
Key Requirements & Clarifications
- Procurement Model: Transitioning to a Device-as-a-Service (DaaS) model.
- Asset Transition Value (ATV): A mandatory assumption of approximately $5M in legacy assets is required, to be paid in full to ManTech.
- Security: CMMC Level 2 and NIST 800-171 may be required in the future. All support personnel must be U.S. Persons.
- TAA Compliance: Preferred but not a hard requirement, especially for Apple Macbooks.
- Pricing: Rough Order of Magnitude (ROM) pricing is required at the RFI stage.
Contract & Timeline
- Opportunity Type: Sources Sought (RFI)
- NAICS Code: 541513 "Computer Facilities Management Services" ($37 million size standard). JPL is considering a change to 541519 (IT VAR exception) to better accommodate small businesses.
- Set-Aside: JPL is considering a Small Business Set-Aside procurement; specific options (e.g., SDVOSB, HUBZone) are not yet determined.
- Anticipated RFP: Mid-2026 (May-July timeframe), with an award expected mid-2027.
- Anticipated PoP: Successor subcontracts (EESS and EEHS) are expected to have 10-year periods of performance.
- Current Contract: The current support subcontract (Institutional Computing Environment - ICE) expires December 31, 2027.
Submission & Engagement
- Written RFI Questions Due: March 12, 2026 (via email).
- JPL Response to Questions: March 19, 2026 (Q&A available in "Attachments" section).
- RFI Responses Due: March 25, 2026 (electronically, per instructions on page 2 of the RFI).
- Webinars: JPL hosted three webinars on March 10, March 12, and March 17, 2026, to address questions live.
Contact Information
- Primary Contact: Sara Tan, JPL Subcontracts Manager (sara.w.tan@jpl.nasa.gov, 626-437-8710)
- Secondary Contact: JPL Small Business Programs Office (smallbusiness.programsoffice@jpl.nasa.gov)