The U.S. Space Force's 21st Contracting Squadron issued a Sources Sought/RFI for Cisco Components, aimed at gathering information about potential suppliers. This notice is a preliminary step in market research and imposes no obligation on respondents. Vendors must already have the specified products listed on their GSA schedule, with open market items excluded. Responses should indicate business size under NAICS code 334111 and capabilities related to the Cisco product list, with a 30-day delivery expected post-contract award. Key questions include the ability to quote on the requirement, compatibility with existing Cisco technologies, support for various protocols, and the existence of training or support contracts. Interested parties must submit their responses by March 18, 2025. The document emphasizes that this initiative is informational and not a direct solicitation for quotes.
The document presents a list of Cisco products, specifically tailored for potential government procurement. It includes details of the Cisco Catalyst 8500 Series, which features multiple SFP+ and SFP modules, encapsulating both high-speed connectivity options (4x10GE and 8x1GE). Notably, the document lists two specific SFP modules: the 10GBASE-SR and 10GBASE-LR, which provide different ranges for network applications. This product overview is likely intended to assist government agencies in evaluating and selecting appropriate networking equipment for their infrastructure needs. The concise format indicates a focus on key specifications necessary for technical assessments in RFPs and grants relating to federal, state, and local levels, ensuring informed decision-making for IT procurements.
The Department of the Air Force, specifically the United States Space Force, issued a Sources Sought announcement to identify potential suppliers for Cisco brand or equivalent circuit components for Peterson Space Force Base, Colorado. This notice is purely for market research and does not guarantee contract awards; the government will not compensate for responses. Suppliers are requested to provide information regarding their capability to deliver the listed products within 30 days after contract award, and must answer several questions regarding their business classification, product compatibility, and quoting timelines. The solicitation will operate under NAICS code 334111, with a size standard of 1,250 employees. Interested parties must submit responses by 3:00 PM Mountain Time on March 4, 2025, to the specified contracting officer. Attached to the announcement is a product list relevant to this procurement effort.