Opportunity
SAM #26001
Systems Administration and IT Support Services at Joint Base Pearl Harbor-Hickam
Buyer
FAC
Posted
April 01, 2026
Respond By
April 08, 2026
Identifier
26001
NAICS
541513, 541512
This opportunity seeks contractor support for systems administration and IT support services at Joint Base Pearl Harbor-Hickam, Hawaii. - Government Buyer: - United States Air Force, Pacific Air Forces, Financial Management Directorate - Contracting office: 766th Enterprise Sourcing Squadron (766 ESS) PKI - Services Requested: - Functional systems administration for the Base Local Area Network (LAN) and government computer systems - Computer systems security and cybersecurity compliance per Air Force and DoD directives (AFI 17-130, AFI 16-1404) - End-user technical support, including diagnosing and resolving software, hardware, and network issues - User account management and SharePoint maintenance - Financial systems integration and data protection - Mobile device (cell phone and tablet) program administration - Equipment lifecycle management - Detailed monthly summary reporting - Key Requirements: - Personnel must hold a Secret clearance and CompTIA Security+ certification - Minimum of 2,000 annual support hours, including weekend and fiscal year-end support as needed - All work must be documented in monthly reports - No specific OEMs, vendors, or product part numbers are identified in the notice - Place of Performance: - Joint Base Pearl Harbor-Hickam, Hawaii
Description
This Request For Information (RFI) / Sources Sought is issued by the Air Force Installation Contracting Center (AFICC), 766th Enterprise Sourcing Squadron (766 ESS) PKI. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). No contract award will be made on the basis of any responses to this notice. This Request for Information is specifically targetting firms in the Service-Disabled Veteran Owned Small Business Socio-Economic Category. PURPOSE: The purpose of this notice is to conduct additional market research prior to issuance of any solicitation. The Government seeks industry responses and feedback regarding the attached Draft Performance Work Statement (PWS). The responses/feedback received in response to this notice will be used to identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, performance work statement, and contract deliverables/requirements; the availability of referenced documents (if applicable); and any other industry concerns or questions. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. REQUIREMENT DESCRIPTION:
The contractor shall provide functional systems administration, computer systems security, and end-user technical support to maintain and optimize the Base Local Area Network (LAN) and associated government computer systems and devices. Services shall be performed in accordance with applicable Air Force Instructions (e.g., AFI 17-130, AFI 16-1404) and Department of Defense (DoD) cybersecurity directives. These services will be rendered on-site at Joint Base Pearl Harbor-Hickam in Hawaii.
Support activities include, but are not limited to:
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 Maintaining professional standards of conduct in all interactions Manage and maintain Directorates cell phone and tablet program which includes but not limited to; receiving/inventorying equipment, add to AFNET as required, maintain/dispose/turn-in as appropriate, update ITEC account
The contractor shall document all efforts performed under this task in a detailed Monthly Summary Report (MSR), which shall include a description of services provided, issues resolved, system changes implemented, and any recommendations for improvement.
INFORMATION REQUESTED: Interested parties shall provide responses in the same numerical order as listed below. Provide complete responses to the questions DO NOT SUBMIT ANY COST OR PRICE DATA WITH YOUR REPLY. Specific responses to the questions below are requested. Total responses shall not exceed 4 pages. 1. Company Information: - Name - Address - Telephone Number - Point of Contact name(s) - E-mail address(es) - DUNS and CAGE Code - Please Identify Socio-Economic Class. Business Size Standard: Interested sources shall identify their business size standard based on their primary NAICS code. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this possible requirement, and if a change in NAICS code identification for this requirement is needed. 2. Similar Contracts: Have you provided similar services to the Government or to Commercial entities? If so, please provide the following for each similar contract: - Contract Number - Brief Scope of the Contract - Dollar Value - Locations Supported
3. Please provide your company's capability statement and explain how it is comparable to the attached Draft PWS. ----------------------------------------END OF QUESTIONS--------------------- The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any feedback/suggestions received. The Contracting Officer is not required to provide a writtern and/or verbal response to any questions received.