57 IAS Mission Kit Servers
ID: F3G1MN4346A002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of six ruggedized servers from Supermicro Computer Inc. These servers are intended to support the 57th Information Aggressor Squadron's deployed Red Team Operations and must meet stringent technical specifications, including advanced processing capabilities and security features. This procurement is critical for ensuring reliable and secure technology solutions in mission-critical environments, with a total small business set-aside under NAICS code 541519. Interested vendors must submit their quotes by March 11, 2025, via email, and can contact Avery Irwin at avery.irwin@us.af.mil or TSgt Joseph Sablan at joseph.sablan.3@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines a federal government Request for Proposal (RFP) for the procurement of six servers from Supermicro Computer Inc. These servers must meet specific technical requirements, including at least one processor with 24 cores operating at a minimum of 2.1GHz, 512 GB DDR5 ECC RAM, and various networking capabilities such as multiple 25GbE SFP and 10GBase-T ports. Additional specifications include hot-swappable NVME storage options, sufficient USB ports, a compatible 900W power supply, TPM 2.0 security features, and a minimum three-year warranty on parts and labor. The server dimensions must not exceed a height of 5 inches, width of 11 inches, and depth of 18 inches. This procurement aims to fulfil federal technology needs while emphasizing stringent operational specifications and ensuring reliability and security in the deployed systems.
    The document outlines a Single Source Justification for the procurement of six servers by the 57th Information Aggressor Squadron, aimed at supporting deployed Red Team Operations. The selected model, a ruggedized server from SUPERMICRO COMPUTER INC., meets specific operational requirements and integrates seamlessly with existing software, allowing for standardized technical training. To promote competition, this acquisition will be set aside for small businesses and advertised on SAM.gov under the relevant NAICS code. The contracting officer, TSgt Joseph O. Sablan, confirms that the unique specifications of this server justify a single source award, while future efforts will include market research to identify potential alternatives. The document reflects the necessity of tailored technological solutions in mission-critical environments while maintaining a commitment to exploring competitive options in future acquisitions.
    This document is a solicitation notice (RFQ F3G1MN4346A002) for commercial products or services, specifically for a firm fixed-price contract exclusively set aside for small businesses. The solicitation is issued under the FAR regulations and is to be quoted as a total small business set-aside, constrained by an NAICS code of 541519, with a small business size standard of $34 million. The requirement is for brand-name items from Supermicro, with delivery to Nellis AFB, NV, due 90 days after receipt of order. Prospective vendors must register in the SAM database. Quotes must include detailed specifications and are due by March 11, 2025, via email. The government will evaluate quotes based on the lowest-priced, technically acceptable criteria. The document incorporates various FAR and DFARS clauses relevant to government contracting, including requirements for compliance with statutory obligations. It outlines the need for a comprehensive quote to ensure compliance with the solicitation requirements while detailing instructions, evaluation methods, and necessary attachments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    70--SERVER,AUTOMATIC DA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of automatic servers. This presolicitation opportunity is set aside for small businesses, in accordance with FAR 19.5, indicating a total small business set-aside. The servers are crucial for IT and telecom operations, particularly in providing help desk support and enhancing productivity tools within the Navy's operational framework. Interested vendors can reach out to Gordon Kohl at (717) 605-3629 or via email at GORDON.KOHL@NAVY.MIL for further details regarding the procurement process.
    70--BASE SERVER W/P600
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of a Base Server with P600 capabilities. This presolicitation opportunity is set aside for small businesses, in accordance with FAR 19.5, and falls under the category of IT and Telecom services, focusing on end-user support including help desk, workspace, print, output, and productivity tools. The goods and services procured will play a crucial role in enhancing operational efficiency and support for Navy systems. Interested vendors should reach out to Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL for further details and to ensure they meet the necessary requirements.
    549 CTS SVTC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Cisco Board Pro 55 System and related equipment to enhance secure video teleconferencing capabilities at Nellis Air Force Base, Nevada. The project involves the installation of a mobile SIPRNet Video Teleconference system in a briefing room, requiring specific Cisco products to ensure compatibility with existing communication infrastructure. This procurement is critical for maintaining operational readiness during joint exercises and briefings, emphasizing the importance of high-definition secure communication standards. Interested small businesses must submit their proposals electronically by March 4, 2025, and are encouraged to contact Avery Irwin at avery.irwin@us.af.mil or 702-652-8458 for further information.
    Stratus 3 ADS B Receiver
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of the Stratus 3 ADS B Receiver, aimed at enhancing aviation safety and operational efficiency. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 334111, which pertains to Electronic Computer Manufacturing. The goods sought are critical for IT and telecom applications, particularly in mobile device products, ensuring reliable communication and data transmission in military operations. Interested vendors can reach out to Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or call 402-309-8294 for further details regarding the solicitation process.
    F35 Panel Racks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking bids for the procurement of six custom cowling racks designed for F-35 aircraft. These racks must meet specific requirements, including a capacity to support panels weighing up to 1,500 pounds, a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is significant for maintaining the operational readiness of F-35 aircraft, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested parties must submit their bids by March 21, 2025, and can contact Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil for further information.
    JTE COMPUTER SYSTEM, DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a specific digital computer system, identified by NSN 7010-01-705-5751. The procurement emphasizes firm fixed pricing for a single unit, adherence to quality assurance measures, and compliance with military specifications for inspection, packaging, and marking. This initiative is part of the Air Force's broader goal to enhance supply chain efficiency and ensure compliance with technical standards. Interested contractors should note that the deadline for submitting offers has been extended to March 14, 2025, and may contact Kody Quayle at kody.quayle@us.af.mil for further information.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    KenCast GBS FAZZT Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
    Skydio X10D and Associated Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Skydio X10D drones along with associated instructor-led training. This initiative aims to enhance operational capabilities through the acquisition of advanced unmanned aircraft technology, which is critical for various defense applications. Proposals must adhere to the technical specifications outlined in the Performance Work Statement and be submitted by March 7, 2025, at 11:00 AM CST, with a requirement for small business participation under NAICS code 336411. Interested parties can reach out to SSgt Tyler Webber at tyler.webber@us.af.mil or by phone at 701-723-6092 for further information.