AI helper
This is a sources sought announcement for market research to identify potential sources for software support of Omnissa Horizon software components within the Virtual Desktop Infrastructure (VDI) at Keesler Air Force Base, MS. The contractor will provide independent assessment, analysis, consultation, and support for the VDI environment, which includes Dell EMC VxRail cluster, Dell OptiPlex thin clients, Broadcom vSphere, VMware Horizon 8, Dynamic Environment Manager, App Volumes Manager, and Microsoft FSLogix. The contractor shall provide remote assistance and telephone support, with limited or scheduled downtime to minimize interruption of Emergency Operations Center (EOC) activities. Objectives include providing 50 hours of ad hoc support (rollover available), an initial independent technical assessment of the VDI architecture with recommendations for modernization, security, and sustainment, implementing the Omnissa Blast Extreme protocol to replace the end-of-support PCoIP protocol, and performing follow-up technical assessments and optimization reviews. This is not a solicitation, and no proposals should be submitted at this time. Responses are due by 1:00 PM CST on Friday, May 15, 2026, and should be emailed to ***@***. *. * and ***@***. *. * must include company name, address, phone number, point of contact, CAGE code, company size status, and ownership information. A written statement confirming compliance with government needs as specified in the Performance Work Statement (PWS), associated product literature, and information on whether items are on a Federal Supply Schedule contract are required. Submissions become government property and will not be returned. All costs are at the respondent's expense. Interested parties are responsible for monitoring sam. gov for additional information.
The bid notice states that responses to this sources sought notice must be received no later than 1:00 PM CST, on Friday, 15 May 2026.
The bid notice states that all interested parties must provide a response containing a written statement confirming they can comply with the government needs as specified in the performance work statement (PWS), any associated product literature, and if the items are located on a federal supply schedule contract.