IT EQUIPMENT
ID: FA282325QA010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

PHONOGRAPHS, RADIOS, AND TELEVISION SETS: HOME TYPE (7730)

Set Aside

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

    The Department of Defense, specifically the Air Force Test Center, is seeking quotes for IT equipment under Solicitation Number FA2823-25-Q-A010, with a focus on small business participation. The procurement aims to acquire multi-purpose electronic devices that comply with various technical and security standards, including Information Assurance and energy efficiency, while ensuring that only new, Commercial-Off-The-Shelf (COTS) products are considered. This initiative is critical for enhancing the operational capabilities of the Air Force, with a firm-fixed price purchase order expected to be awarded based on the lowest priced, responsible offeror. Interested vendors must submit their quotes by the specified deadline and can contact Naomi Letting or Brittany Linthicome for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for IT equipment under Solicitation Number FA2823-25-Q-A010, issued by the Operational Contracting Division, Air Force Test Center. This competitive Request for Quote (RFQ) is exclusively set aside for small businesses, stipulating a firm-fixed price purchase order. The suppliers must adhere to Federal Acquisition Regulations (FAR) and provide a detailed technical description of the offered items. The selection will be made based on the best value, evaluating factors including technical capability, price, and past performance. Notably, refurbished or used equipment will not be accepted. Offerors are required to be registered in the System for Award Management (SAM) and to use Wide Area Workflow (WAWF) for payment claims. The document also includes pre-requisites for submissions and references several FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that govern the procurement process. Overall, it aims to facilitate the acquisition of necessary IT equipment by ensuring competitive pricing while promoting small business participation.
    The document outlines the Statement of Objectives (SOO) for acquiring multi-purpose electronic devices (display/audio/video) for a facility at Eglin Air Force Base, FL. It details technical and contractual requirements for compliance with various federal standards, including Information Assurance protocols, Energy Star guidelines, and mandates from the Trade Agreements Act. Key requirements include the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications (FIPS, CNSSP-11), inclusion of a Trusted Platform Module (TPM), and prohibition of remanufactured items. The contractor must offer ongoing hardware and software updates, provide warranties, and ensure 24/7 customer support during the warranty period. Delivery should occur within 60 days after order receipt, with immediate notification required for any delays. Through this procurement, the government seeks to enhance technological capabilities while adhering to regulatory standards and maintaining operational effectiveness in its information systems. Overall, this document serves as a guideline for prospective contractors to fulfill government requirements effectively while focusing on security and compliance.
    The document outlines a Request for Proposal (RFP) for multi-purpose electronic devices, issued by AFTC/PZIOAB at Eglin AFB, FL. The primary purpose is to procure compliant Commercial-Off-The-Shelf (COTS) products that meet various technical and security standards, focusing on Information Assurance (IA) and energy efficiency. Contractors must ensure products comply with AFI 33-200, CNSSP-11, Energy Star guidelines, and include a Trusted Platform Module (TPM) version 1.2 or higher, among other certifications. Technical requirements emphasize the need for specific asset tagging following military standards and the exclusion of remanufactured goods. The proposal also mandates the contractor to provide commercial product updates at no additional charge, adhere to the Trade Agreements Act, and ensure appropriate customer support during the warranty period. Delivery of ordered products is expected within 60 days post-order, with a requirement to notify the contracting officer of any potential delays. The document outlines eligibility for authorized resellers, establishes warranty provisions, and emphasizes the importance of maintaining up-to-date technology and compliance with federal guidelines. Through this solicitation, the government aims to enhance its operational capacity while adhering to standards of security and efficiency.
    Lifecycle
    Title
    Type
    IT EQUIPMENT
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MFT 25-37 Forcetec Toolset
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for the acquisition of the ForceTec Toolset, which is essential for the maintenance of C-5, C-17, and KC-46 aircraft. The procurement aims to address the inadequacy of current operational tools, particularly for off-site maintenance, by providing specialized tooling necessary for the installation of ForceTec nut plates as outlined in various Technical Orders. This acquisition is critical for ensuring aircraft readiness and compliance with operational requirements, emphasizing the importance of tailored maintenance tools. Interested vendors must submit their quotations by March 21, 2025, at 12:00 PST, and should contact 2d Lt Eamon McHugh or Vitaliy Kim for further inquiries.
    Amendment 3 – 30 SC Fiber Test Set 20250311
    Buyer not available
    The Department of Defense, specifically the 30th Space Communications Squadron, is seeking proposals from qualified small businesses for the procurement of four Multifunction Fiber Optic Test Sets under solicitation number FA4610-25-Q-0014. The test sets must meet specific technical requirements, including bi-directional link-loss measurement and automated testing capabilities, to enhance the communications infrastructure at Vandenberg Space Force Base in California. This procurement emphasizes the need for new, high-quality equipment, as refurbished devices will not be accepted, ensuring reliability for operational standards. Interested vendors must submit their quotes by March 21, 2025, at 1:00 PM PDT, and are encouraged to contact Chris Hummel or Jeffrey Weeks for further information.
    Laser Engraving Machine
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified vendors to provide a laser engraving machine under solicitation number FA9101-25-Q-B033. The procurement aims to replace an outdated unit for the 746th Test Squadron, requiring a modern metal marking laser etcher that meets specific operational capabilities and Air Force regulations, including a 30-watt fiber laser tube and an external exhaust system. This acquisition is critical for enhancing the Air Force's test and evaluation capabilities, particularly in GPS and INS testing. Interested small businesses must submit their quotes by March 17, 2025, including technical documentation and pricing, and can contact Brett Moore at brett.moore.6@us.af.mil for further information.
    10 SOPS Juniper Hardware Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Juniper hardware and maintenance services for the 10th Space Operations Squadron (10 SOPS). This requirement includes the acquisition of 26 units of the Juniper CTP151 system, along with necessary power cables, interface modules, and support services, aimed at replacing aging equipment to enhance operational capabilities. The procurement emphasizes compliance with federal regulations, including the Buy American Act, and supports the government's initiative to promote diversity by encouraging participation from Women-Owned Small Businesses (WOSB). Interested contractors can reach out to Cheri Kuzio at cheri.kuzio@spaceforce.mil or 719-567-2715 for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    JNWC HP Cables
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for high power cables and associated connectors under solicitation number FA9401-25-Q-0013. This procurement aims to fulfill a requirement from the Air Force Joint Navigation Warfare Center for 58 coaxial cables and 40 connectors, such as 7/16 DIN and N-type, designed to transmit high-frequency signals under extreme environmental conditions. The initiative is set aside 100% for small businesses within the Fiber Optic Cable Manufacturing sector (NAICS 335921), reflecting the Air Force's commitment to sourcing innovative solutions from the small business community. Interested vendors must submit their quotes via email by March 19, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with evaluations based on technical acceptability and pricing. For further inquiries, vendors can contact Amanda Decker, Rachel Copeland, or Anna Hartkopp via their provided emails.
    OEM Barfield Digital Turbine Temperature Test Sets
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to procure Brand Name Barfield Inc. Digital Turbine Temperature Test Sets (Model TT1000A) for the MQ-9A Reaper Unmanned Aircraft Systems program. The procurement involves a five-year Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a guaranteed minimum of three and a maximum of fifteen units, to support organizational level maintenance tasks on the aircraft. The selected contractor must ensure compliance with military standards for packaging and delivery, with units expected to be delivered within 120 days of order receipt. Interested vendors must submit their quotes by 11:00 AM EST on March 20, 2025, to Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    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.
    Clear Comm Headsets (UFR)
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals from small businesses for the procurement of 50 Clear-Com headsets, specifically the "CCC-802064-120-M" model, to be delivered to Cannon Air Force Base in New Mexico. This solicitation is part of a total small business set-aside initiative, emphasizing the importance of compliance with federal regulations and the delivery of quality communication equipment. Proposals will be evaluated based on technical merit, past performance, and price, with a focus on the lowest-priced acceptable offer. Interested parties must submit their quotations electronically by March 21, 2025, and can direct inquiries to Garrett Wagner at garrett.wagner.1@us.af.mil or 575-784-6530.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.