ThinkLogical DelTV
ID: ThinkLogicalSmithType: Combined Synopsis/Solicitation
AwardedMar 3, 2025
$63.6K$63,600
AwardeeCROWN POINT SYSTEMS INC. San Diego CA 92110 USA
Award #:FA251725P0015
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)

Set Aside

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

    The Department of Defense, specifically the United States Space Force, is soliciting quotes for the "ThinkLogical DelTV" project through a combined synopsis/solicitation (FA251725Q0022 Amendment 2). This procurement aims to acquire commercial items related to advanced technological equipment, including modular and video extending capabilities, which are critical for operations at the Peterson Space Force Base. Interested vendors must adhere to strict submission guidelines, including providing price quotes and technical documentation, with evaluations focusing on the lowest-priced compliant offers. Contact Aaron Smith at aaron.smith.103@spaceforce.mil or Amanda Davidson at amanda.davidson.5@us.af.mil for further inquiries, noting that funding is not currently available and no awards will be made until funds are allotted.

    Files
    Title
    Posted
    This document outlines a federal request for proposals (RFP) related to the procurement of specific hardware from ThinkLogical, LLC. It provides a product list dated January 3, 2025, detailing items such as modular surface mount chassis, transmitter modules, multi-mode appliances, and matrix switch chassis, along with their corresponding part numbers. The quantities listed indicate a need for two each of the modular chassis and transmitter modules, three of the multi-mode appliance units, and nine of the matrix switch chassis. It outlines a guaranteed lead time for delivery along with the unit prices and total pricing for the items, although specific financial figures are omitted. This RFP serves as a formal request to suppliers to provide essential technological equipment needed to facilitate advanced video and data management systems, highlighting the government's commitment to upgrading its technical infrastructure and ensuring efficient communication solutions. The structured format of item descriptions and associated details underscores the systematic approach the government takes in fulfilling its procurement processes while adhering to established guidelines.
    The document FA251725Q0022 outlines the terms and clauses associated with a government Request for Proposal (RFP). It includes numerous clauses incorporated by reference, relating to various compliance and regulatory obligations for contractors. Key areas covered include stipulations regarding the compensation of former Department of Defense (DoD) officials, whistleblower rights, cybersecurity requirements, and prohibitions on products sourced from specific regions like Xinjiang and Venezuela. The document emphasizes the importance of unique item identification for items delivered to the government, requiring detailed reporting and adherence to standards to ensure traceability and compliance. Additionally, it outlines evaluation criteria for selecting contractors, emphasizing price and technical acceptability as primary factors. The document highlights various certifications related to small business status, foreign manufacturing, child labor, and restricted business operations. It provides comprehensive guidance on registration requirements in the System for Award Management (SAM) and specific obligations for payment submission through the Wide Area Workflow (WAWF). Overall, the document serves to ensure that contractors fulfill legal and ethical obligations while participating in federal procurement processes.
    The document outlines various clauses incorporated by reference for a government request for proposals (RFP), specifically targeting defense contractors. It details legal requirements related to compensation of former Department of Defense (DoD) officials, employee whistleblower rights, and representations regarding prohibited telecommunications and video surveillance services. Key clauses discuss supply chain security, pollution prevention, and compliance with regulations on electronic submittals, item identification, and the Buy American Act. It outlines obligations for contractors regarding unique item identification (UII), especially for items valued over $5,000 and specifics on reporting and serialization for embedded components. Furthermore, it establishes the Wide Area Workflow (WAWF) system for electronic invoicing and reporting. The overall purpose of this document is to ensure compliance and transparency in procurement processes while safeguarding against fraud and protecting U.S. interests in defense contracting. The document serves as a comprehensive guide for contractors to adhere to federal standards and procedures in submitting bids and fulfilling contract requirements.
    The document outlines a request for proposals (RFP) for various technological equipment, specifically from Thinklogical, intended for modular and video extending capabilities. It includes a list of six items with specifications, such as modular chasses capable of housing multiple video extender or KVM modules, alongside transmitter and receiver modules that support high definition resolutions (up to 4096x2160 at 30Hz). Additionally, it details a 10G multi-mode appliance with software and a matrix switch chassis for multi-mode fiber connectivity. Quantity and lead time are specified for each item, though unit prices and total extended prices remain blank, indicating potential negotiation or customization. The document is structured with part numbers and item descriptions clearly delineated, suggesting an organized proposal format typical in government solicitations. Overall, the purpose of the document is to solicit proposals and pricing for technological components needed in government projects, aligning with typical practices in federal and state grant and contract processes.
    The Department of the Air Force, United States Space Force, has issued a combined synopsis/solicitation for commercial items, identified by solicitation FA251725Q0022, to procure ThinkLogical DelTV for Peterson Space Force Base, CO. This solicitation is prepared per FAR regulations, emphasizing full and open competition under NAICS code 541519 with a size standard of $30 million. Vendors must submit quotes by January 15, 2025, with specific compliance to the provided guidelines, including technical documentation confirming compliance with Trade Agreements Act (TAA) and Tempest standards. The resulting contract will be a Firm-Fixed Price, and quotes will be evaluated based on price and technical acceptability. The solicitation outlines requirements for submission, emphasizing that late quotes may be disqualified. Overall, this initiative aims to secure necessary supplies while adhering to strict government contracting protocols. Vendors must ensure proper registrations and are advised that award will only occur upon availability of funds.
    The U.S. Space Force's Space Base Delta 1 has issued a Combined Synopsis/Solicitation for commercial items under the project title "ThinkLogical DelTV." The solicitation (FA251725Q0022) seeks quotes for various computer services, with a focus on full and open competition, and is guided by the Federal Acquisition Regulation (FAR). Interested vendors are advised that funding is not yet available, and awards will not occur until funds are secured. Quotes are due by February 7, 2025, with specific instructions provided for submission, including a requirement for a 60-day price validity period. Quoters must supply both pricing and technical documentation, with a minimum evaluation process ensuring the lowest priced quotes are assessed for technical compliance. The evaluation will determine which quotes meet the required specifications, and awards will be based on the lowest evaluated price that is technically acceptable. It is critical that all submissions comply with the outlined requirements to avoid disqualification. This solicitation reflects the government's ongoing procurement efforts in enhancing operational capabilities at Peterson Space Force Base, CO, while ensuring adherence to competitive and regulatory standards.
    The United States Space Force is soliciting quotes for the "ThinkLogical DelTV" project through a combined synopsis/solicitation (FA251725Q0022 Amendment 2). This initiative, aimed at providing commercial items, follows a full and open competition format, with specifics defined in the Federal Acquisition Regulation (FAR). Funding is not currently available, and no awards will be made until funds are allotted. The solicitation includes a comprehensive guide on how to submit quotes, emphasizing strict adherence to requirements. It specifies that the North American Industrial Classification System (NAICS) code is 541519 and requires submissions to include both price quotes and technical documentation confirming compliance with requirements. The evaluation will prioritize the lowest-priced quotes that meet technical standards, with the possibility of contract award to the most advantageous offeror. Quoters are directed to reach the contracting team for any clarification by a given deadline, and all submissions must be registered with the System for Award Management (SAM). The expected delivery time is outlined, along with a reminder that the government will not finance this acquisition. The document emphasizes adherence to solicitation requirements and details the submission process, which includes a maximum page limit. This solicitation underscores the government's procurement processes while aiming to obtain necessary services for the Peterson Space Force Base.
    The document is a Request for Information (RFI) from the United States Space Force, detailing questions and answers related to solicitation FA251725Q0022, published on SAM.gov. It outlines the process for prospective contractors regarding provisions and clauses, specifically indicating that the Provisions and Clauses document should only be submitted if not updated in the System for Award Management (SAM.gov). Additionally, it addresses the requirements for the Unique Identification (IUID) tags for items costing $5,000 and above. The response clarifies that contractors are not obligated to complete the IUID clause due to a specified regulatory exception. This RFI serves as a communication tool to ensure clarity and compliance among interested contractors prior to contract award, emphasizing the importance of adhering to federal regulations and guidelines in procurement processes.
    The document is a response to questions regarding the solicitation for ThinkLogical DelTV under the project FA251725Q0022. Specifically, it addresses an inquiry about the necessity of a two-year extended warranty. The answer clarifies that such a warranty is not a requirement for the solicitation. This succinct exchange indicates that the request for proposals (RFP) does not impose any additional warranty obligations beyond what may be standard. The communication style maintains a professional tone, focusing strictly on the contractual requirements associated with the bid process, typical of federal and state RFPs which aim to streamline procurement processes and clarify bidder responsibilities. The document serves as a brief, yet important, clarification essential for potential bidders in understanding the terms of the solicitation.
    Lifecycle
    Title
    Type
    ThinkLogical DelTV
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.
    USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    Red LAN Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    Brand Name Requirement for GDP Best Source Selectors
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of two GDP Space Systems Model MD2267C-M16-G6-EN 16 Channel Diversity Combining / Correlating Best Source Selectors. These devices are critical for enhancing real-time data processing capabilities within new mission control rooms, improving the quality of mission data by reducing dropouts during telemetry signal processing. Interested vendors must submit their quotes, including completed provisions regarding telecommunications and video surveillance services, by the specified deadline, with all items required to be delivered within 120 days after receipt of the order. For further inquiries, interested parties can contact Shannon Canada at shannon.m.canada.civ@us.navy.mil.