Opportunity
SAM #FA8604-3-25-2026-VCINITY
Procurement of Vcinity Software Subscriptions and Professional Services for AFLCMC
AFLCMC PZI
March 25, 2026
March 27, 2026
FA8604-3-25-2026-VCINITY
541512
The Air Force Life Cycle Management Center (AFLCMC), FA8604 office at Wright Patterson Air Force Base, is seeking sources for Vcinity software subscriptions and professional services to support Department of Defense operations. - Government Buyer: - Air Force Life Cycle Management Center (AFLCMC), FA8604 office - Located at Wright Patterson Air Force Base, Ohio - OEM Highlight: - Vcinity is the sole Original Equipment Manufacturer (OEM) specified - Products and Services Requested: - 2 units of CS-FED-Vcinity 57-0209-126-3 ULT X Metal Subscription (3 years) with Server and AES (Part Number: AD438295) - 8 units of CS-FED-Vcinity 49-0084-004 Professional Services, billed hourly (Part Number: AD438296) - Unique and Notable Requirements: - All vendors and personnel must possess Top-Secret Facility Clearance (FCL) - Department of Defense Form 254 (DD254) is required - Compliance with Trade Agreements Act (TAA) and FAR 889 A(1)(B) is mandatory - All on-site personnel must have Top-Secret clearance - Place of Performance and Delivery: - Wright Patterson Air Force Base, Ohio - Interested vendors must provide detailed price quotes and demonstrate compliance with all security and regulatory requirements
Description
Description
1. Notice and Purpose This is a Sources Sought Synopsis for market research purposes only; this is not a solicitation and no contract will be awarded from this announcement. Requests for a solicitation will not receive a response. The purpose of this synopsis is to identify potential sources capable of providing the Vcinity software and professional services detailed in the attached Bill of Materials (BoM) and to gather pricing information for these items.
The Government is seeking to determine the availability and capability of businesses to provide the required products and services. Your response will help inform the acquisition strategy.
2. Mandatory Requirements Potential vendors must be able to meet the following mandatory requirements:
Compliance: Must be TAA and FAR 889 A(1)(B) compliant. Security: A Department of Defense Form 254 (DD254) will be required. All prime and sub-prime vendors must hold a Top-Secret Facility Clearance Level (FCL). All on-site personnel must hold a Top-Secret clearance.
3. Bill of Materials (BOM) The Government is seeking price quotes for the isupplies/ services in the attached BoM.
4. Submission Instructions for Interested Parties All interested parties are requested to submit a market research price quote that demonstrates their capability to provide the required items. The response should include the following information:
Company Information: Company Name, Address, Point of Contact (Name, Title, Email, and Phone Number), CAGE Code, and UEI Number. Business Status: Certification of business size (e.g., Small Business, 8(a), Woman-Owned Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, etc.) under the specified NAICS code. Confirmation of Requirements: A statement confirming your company's ability to meet all mandatory compliance and security requirements listed in Section 2. Price Quotation: A detailed price quote for the items listed in the Bill of Materials (Section 3). Please break out the pricing for each line item. Contract Vehicles: Any existing government-wide contract vehicles (e.g., GSA, NASA SEWP, CIO-CS) through which these products and services can be procured.
Please submit your response via email to Matthew L Corey (matthew.corey.2@us.af.mil) and Hannah A. Current (hannah.current@us.af.mil) by Friday, March 27th, 2026 at 2:00 PM ET.
5. Disclaimers The Government will not award a contract solely on the basis of this Sources Sought notice, nor will it reimburse any costs associated with submitting a response. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). If a contract is awarded for this or a related effort, a formal solicitation will be published on SAM.gov. The Government reserves the right to reject any industry input.