Closed Solicitation · DEPT OF DEFENSE

    FA8307_RFI_RED_HAT_OPENSHIFT_ALTERNATIVES

    Sol. FA8307_RFI_Red_Hat_Openshift_AlternativesSources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)SAN ANTONIO, TX
    Closed
    STATUS
    Closed
    closed Nov 22, 2025
    POSTED
    Nov 6, 2024
    Publication date
    NAICS CODE
    541519
    Primary industry classification
    PSC CODE
    7A20
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Department of the Air Force, has issued a Sources Sought notice for alternatives to the Red Hat OpenShift Platform Plus, with a submission deadline of November 22, 2025. The relevant NAICS code is 541519, and the opportunity is set aside for small businesses. Interested parties must submit their responses using the provided RFI Template to the specified email addresses. The current software in use is Red Hat OpenShift Platform Plus, which serves as a unified platform for building, modernizing, and deploying applications at scale, with a focus on multicluster security and compliance.

    Contract details

    Solicitation No.
    FA8307_RFI_Red_Hat_Openshift_Alternatives
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 6, 2024
    Response Deadline
    November 22, 2025
    NAICS Code
    541519AI guide
    PSC / Class Code
    7A20
    Contract Code
    5700
    Primary Contact
    Geoffrey Bender
    State
    TX
    ZIP Code
    78243-7007
    AI Product/Service
    service

    Description

    ***Please submit all responses using the attached RFI Template to geoffrey.bender.1@us.af.mil, elijah.simmons.4@us.af.mil, and kyle.hamby.1@us.af.mil***

    Current Software: Red Hat OpenShift Platform Plus with Open Linux Server for ARM, and Enterprise Linux Server

    Requirement:

    The Government currently uses Red Hat OpenShift Platform Plus as a unified platform to build, modernize, and deploy applications at scale. Its multicluster security, compliance, application and data management work across infrastructures to provide consistency throughout the software supply chain.

    Alternative Solution Minimum Requirements:

    • Deployable across Unclassified Impact Levels 2, 4, and 5
    • Provide and support C++ software pipelines
    • Capable of testing new software development in OpenShift Kubernetes Distribution
    • Supply a hybrid cloud foundation for building and scaling containerized applications
    • Apply a DevSecOps approach, integrating security into developer tooling and workflows while using Kubernetes native controls to mitigate threats and enforce security policies
    • Provide a hybrid cloud infrastructure that has the ability to be scaled up to hundreds of thousands of nodes worldwide, while supporting the Government’s software ecosystem

    Please provide information on the following topics. If your company’s solution is Red Hat Openshift and is an approved reseller of Red Hat Openshift please state so, and only fill out the pricing and other consideration portions: 

    Alternative License Types:

    1. What other licensing models or solutions do you offer for Red Hat OpenShift Platform Plus?
      • Please provide details on available options, such as enterprise, cloud-managed, or open-source/community editions. For each licensing option/solution set, please provide how it differs from the listed license.
    2. For each licensing option/solution set, please provide how it is similar from the listed license. 
      • Specify any feature restrictions, scalability limitations, or support differences among the licenses (e.g., data retention, search query limits, or alerting capabilities).
    3. For each licensing option/solution set, please provide how it meets the above requirements. 
      • Identify core features or capabilities that are shared across all options, such as log aggregation, visualization tools, and monitoring capabilities, regardless of the license type.
    4. For each licensing option/solution set, clarify how it meets the above requirements for our logging and monitoring needs.
      • Please highlight specific ways in which each licensing tier can address our operational, security, and compliance needs, particularly in areas like multi-environment visibility, role-based access control, and support for compliance auditing.

    Pricing Information:

    1. For each license, please provide estimated transition and training costs and schedule for both transitioning to and from your proposed solution.
      • Include details on onboarding costs, consulting, or configuration support required for a smooth transition. Specify any training options available, such as workshops, online courses, or documentation resources, and their associated costs.
    2. For each license, please provide any price plans associated such as monthly, trial, annual. 
      • Indicate if discounts are offered for longer-term contracts or high-volume deployments. For cloud-managed options, provide cost breakdowns for storage, query processing, and other usage-based charges.

    Other Considerations:

    1. Are there any additional features or benefits associated with the different licenses that we should consider? 
      • For example, are advanced analytics, machine learning-based anomaly detection, or pre-built integrations with other monitoring tools included at higher licensing tiers? Please clarify any value-added services, such as dedicated account support, proactive health checks, or best-practice workshops, that come with certain licenses.
    2. Is your company willing to enter into contracts with a base year with up to four one-year options? If not, how many years is your company willing to agree to?
      • For longer-term contracts, specify any guarantees on pricing, renewal terms, or opportunities to adjust the contract scope to accommodate potential changes in our data volume or monitoring requirements.

    We are eager to find a solution that will best support our needs and ensure continued productivity. 

    Please Note: No award will be made under this RFI. Only a warranted Contracting Officer can obligate on behalf of the United States Government and that will be executed through an official request for quote (RFQ). The Government reserves the right to cancel this RFI. In the event the Government cancels this RFI, the Government has no obligation to pursue procurement or to reimburse an Offeror for any costs.  

    Key dates

    1. November 6, 2024Posted Date
    2. November 22, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FA8307_RFI_RED_HAT_OPENSHIFT_ALTERNATIVES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.