ThinkLogical DelTV
ID: ThinkLogicalSmithType: Combined Synopsis/Solicitation
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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 10, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 7:00 PM UTC
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
Jan 13, 2025, 6:05 PM UTC
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.
Jan 13, 2025, 6:05 PM UTC
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.
Jan 13, 2025, 6:05 PM UTC
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.
Jan 13, 2025, 6:05 PM UTC
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.
Feb 10, 2025, 6:06 PM UTC
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
Best Source Selector
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of a "Best Source Selector" device under solicitation number FA9101-25-Q-B039. This procurement is specifically aimed at small businesses and will utilize the Lowest Price Technically Acceptable (LPTA) evaluation method, with a mandatory delivery timeline of 30 weeks post-award to Holloman Air Force Base in New Mexico. The device is crucial for enhancing data selection capabilities in military operations, and interested vendors must submit their quotes by April 14, 2025, ensuring compliance with all required documentation and federal regulations. For further inquiries, potential bidders can contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil.
LNB Controllers Peterson SFB CO
Buyer not available
The Department of Defense, through the United States Space Force at Peterson Space Force Base, is seeking information on Low-Noise Block (LNB) Controllers as part of a Sources Sought notice. This procurement aims to gather market research data on suppliers capable of providing specific LNB Controller components, including detailed quantities and technical specifications outlined in the attached memorandum. The LNB Controllers are critical for radio and television broadcasting and wireless communications, aligning with the NAICS code 334220. Interested parties are encouraged to submit their responses by April 17, 2025, and can direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further information.
IT EQUIPMENT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of IT equipment under a Combined Synopsis/Solicitation notice. The contract will focus on acquiring audio and video equipment, with specific requirements for compliance with technical and security standards, including the need for products to be new and meet Commercial-Off-The-Shelf (COTS) specifications. This procurement is crucial for enhancing operational capabilities at Eglin Air Force Base in Florida, where the equipment will be utilized in multi-purpose settings. Interested vendors must submit their questions by April 21, 2025, and all quotes along with product literature are due by May 29, 2025, with inquiries directed to Brittany Linthicome at brittany.linthicome@us.af.mil.
JOC SIPR/NIPR Refresh Workstations
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is conducting a Sources Sought announcement for mini workstations as part of market research. The procurement aims to identify vendors capable of supplying workstations that meet specific technical requirements, including a Core i7 processor, 32GB RAM, and 1TB SSD, under NAICS code 541519 for other computer-related services. This initiative is crucial for ensuring the availability of advanced computing resources that support operational efficiency within the Air Force. Interested vendors are encouraged to submit their capabilities and relevant information by April 17, 2025, with inquiries due by April 15, 2025. For further details, vendors may contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of ten shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This modernization effort is crucial for improving military training conditions and ensuring compliance with safety regulations. Interested vendors must submit their technical quotes by May 1, 2025, and can direct inquiries to Gage Belyeu at gage.belyeu.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.
Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative technologies and solutions to enhance its operational capabilities. The procurement focuses on specific Areas of Interest (AOI), including software enhancements for range control systems, advanced electro-optical solutions, and synthetic training environments, with an emphasis on improving command and control, data fusion, and visualization capabilities. This initiative is critical for addressing existing capability gaps and ensuring the USSF is equipped with cutting-edge technology for future challenges. Interested parties can contact Crystal Price at crystal.price.6@spaceforce.mil or Cassie DeBree at cassie.debree@spaceforce.mil for further details, and submissions must adhere to the outlined protocols in the attached documents.
Commercial Solutions Opening - NSSL Space Vehicle Processing
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
Buyer not available
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.
30 FSS PCC Sound Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an audio upgrade project at the Pacific Coast Center located at Vandenberg Space Force Base in California. This procurement, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to enhance audio-visual capabilities by installing new Crestron equipment and repurposing existing JBL speakers, ensuring compliance with Federal Acquisition Regulations. Interested vendors must submit their quotes by April 18, 2025, at 1:00 PM PST, and are encouraged to attend a site visit on April 9, 2025, at 2:00 PM PST. For inquiries, potential offerors can contact Vince Mills or TSgt Mark Wheeler via email.