Request For Information (RFI) for Application, Database & Server Support Services (ADBSSS)
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, specifically the 72d Air Base Wing Communications Directorate (SC) at Tinker Air Force Base (TAFB), OK, has issued a Request for Information (RFI) for Application, Database, and Server Support Services (ADBSSS). This RFI is for market research and planning purposes to identify sources capable of providing comprehensive, non-personal IT services on-site. The government aims to gain industry insight to refine its acquisition strategy. Responses are due by 4:00 PM CDT on June 12, 2026.
Scope of Work
The RFI seeks information on capabilities for a broad range of IT services, including:
- Application Development & Sustainment: .NET Framework/Core, C#, Oracle, MS SQL Server, CRMS.
- Database Administration (DBA): Oracle and MS SQL Server.
- Server Administration (SA): Windows, Linux, Solaris (physical/virtualized, VMware, ACAS).
- Storage & Backup Administration: EMC2, AFNET SCCM Level 3.
- Cybersecurity Support: ISSM, RMF packages, eMASS, ATO compliance.
- Application Quality Assurance (QA): Testing, UAT, system validations.
- Program/Project Management, Configuration Management (CM), and Business Intelligence (BI) (QLIK, IBM Cognos).
All services will be provided on-site at Tinker AFB, OK.
Submission Requirements
- Response Due: June 12, 2026, by 4:00 PM CDT.
- Format: Microsoft Word or Adobe PDF.
- Page Limit: 20 single-sided pages, minimum 10-point font.
- Content: Respondents should address corporate experience (DoD IT services, contract management), technical approach (legacy modernization, cloud migration, ACAS, workforce expertise), and business information.
- Restrictions: Do not include marketing materials, proprietary, classified, or export-controlled information.
Eligibility & Set-Aside
The government is exploring potential small business set-asides. Respondents are asked to confirm their status as an active contract holder on the GSA 8(a) STARS III GWAC and state their company size (Large or Small Business) and socio-economic status under NAICS code 541512 ($34 million size standard). Information on in-house vs. subcontracted work and approach to Limitations on Subcontracting is also requested.
Additional Notes
This is strictly an RFI for information and planning, not a Request for Proposal (RFP) or a promise to issue a solicitation. The U.S. Government will not pay for response costs. Not responding does not prevent future participation.