Hot Aisle Containment with Server Rack
ID: DCGType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

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 for the purchase, delivery, and installation of sixteen seismic compliant IT cabinet racks configured in a hot aisle containment (HAC) system at Schriever Space Force Base in Colorado. The project aims to enhance cooling efficiency and operational resiliency within the data center environment by implementing advanced features such as biometric locks, temperature sensors, and thermal curtains, while ensuring compliance with military and commercial standards. This initiative reflects a broader commitment to optimizing data center infrastructure, which is critical for energy efficiency and effective thermal management in military operations. Interested small businesses must submit their firm fixed price quotes by September 20, 2024, and can direct inquiries to Pamela S. Gusta at pamela.gusta.1@spaceforce.mil or TSgt Trenton Beavers at trenton.beavers@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines the solicitation FA255024Q0053, detailing various clauses and requirements related to the acquisition of commercial products and services for the Department of Defense (DoD) and federal contracts. It includes provisions on compensation guidelines for former DoD officials, employee whistleblower rights, and anti-terrorism training. The clauses also emphasize compliance with regulations on telecommunications equipment, sourcing from specific regions, and ensuring unique item identification for delivery items. The document demonstrates the government's commitment to transparency, accountability, and security in its contracting processes. Each clause is designed to impose responsibility on contractors for compliance and to mitigate risks associated with procurement practices. Key sections address both the contractor's obligations and the protections for government interests, particularly in terms of operational integrity and ethical standards. Overall, this solicitation exemplifies the structured approach the government employs in managing federal grants and RFPs, ensuring that all contracting is performed within a legal and ethical framework, aligning with broader national security and economic objectives.
    The Statement of Work (SOW) outlines the requirements for purchasing and installing sixteen server racks in a hot aisle containment configuration at Schriever Space Force Base. This project aims to enhance energy efficiency, HVAC performance, and operational resiliency within Building 400, which currently lacks optimized installations. The contract requires completing the work within 90 days from the Notice-To-Proceed, with specific security protocols, safety measures, and compliance with federal standards outlined throughout the document. Key components include the installation of seismic compliant IT cabinet racks equipped with various safety features such as biometric locks, temperature sensors, and thermal curtains. Contractors are also responsible for pre- and post-installation measurements of airflow and temperature to ensure efficiency. Additionally, stringent security requirements dictate contractor access and vehicle regulations on the base, ensuring all personnel comply with legal residency and authorization. The project emphasizes adherence to safety standards, operational delays, and insurance coverage requirements throughout its duration, with work taking place in a controlled environment while meeting federal guidelines and regulations. Overall, this initiative reflects the Space Force's commitment to sustainable and secure IT operations.
    The document outlines a Request for Proposal (RFP) related to the installation of a Hot Aisle Containment (HAC) system in a data center to enhance cooling efficiency and optimize airflow. Key components include a range of hardware such as racks, power distribution units (PDUs), temperature sensors, containment doors, breakaway curtains, and adjustable floor vents. The RFP also specifies installation requirements, emphasizing the need for compatibility with existing systems and detailed documentation post-installation. Additionally, it highlights specific material requirements (e.g., durable and fire-resistant materials), the need for biometric security features, and installation services. Contractors are expected to possess relevant experience in data center environments. Overall, the document serves to solicit proposals from qualified vendors to deliver equipment and services aimed at improving data center performance and energy efficiency while adhering to safety and regulatory standards. The involvement of various vendors, including Carahsoft Technology and RightStar, indicates a collaborative effort in fulfilling the project’s requirements.
    The document outlines specifications for hardware and systems related to data center infrastructure, catering to a government RFP for enhanced operational and environmental controls. Key components include an IT cabinet rack with substantial weight capacity and efficient design, power distribution units (rPDU) featuring outlet-level control and environmental monitoring, and temperature sensors for real-time airflow management. Also included are structural elements such as floor tiles, vents, and curtains for airflow and temperature regulation. Key hardware details encompass installation requirements, safety certifications, and additional capabilities such as motion-sensing lighting and biometric door locks for security. The provision of software licenses and professional services signals a comprehensive approach to setup and integration. This document serves as a technical foundation for procurement within state and local government frameworks, reflecting a commitment to optimizing infrastructure through rigorous specifications and advanced technology. The emphasis on energy efficiency, safety, monitoring, and ease of use illustrates a strategic effort to modernize data center operations while ensuring compliance with industry standards.
    The Installation Facilities Standards (IFS) document for Schriever Air Force Base (SAFB) serves as a comprehensive guide for maintaining and developing installation facilities in compliance with Air Force standards. It consolidates previous documents and outlines critical components such as facility hierarchy, quality, and site development strategies. The IFS emphasizes the importance of adhering to established Air Force Corporate Facilities Standards, providing structured guidelines for site planning, street design, utilities, and landscape integration to promote sustainability while minimizing maintenance costs. Key topics covered in the IFS include the comprehensive planning process to support efficient operations, the hierarchy of streets and intersections within the base, and stipulations for public and open spaces. The document stipulates the requirements for various types of streets—arterial, collector, and local—as well as standards for the design and placement of utilities, parking areas, and amenities. The IFS is presented as an editable PDF, allowing for updates to adapt to new requirements and local conditions, ultimately supporting mission success while emphasizing sustainability and compliance with Department of Defense standards. Overall, the document reflects a commitment to modern, efficient facility management aligned with strategic military objectives.
    The HVAC System Study report for Technical Building 400 at Schriever SFB, Colorado, outlines the assessment and recommendations for multiple mechanical units (MODs) regarding their performance and efficiency. Each MOD presents specifics about existing Air Handling Units (AHUs) and associated equipment, detailing issues like broken gauges, low cooling capacities, and torn duct connectors. Recommendations include re-balancing air and water flows, replacing aging components, and improving temperature monitoring. Specifically, MODs 2A, 2B, 3, 4, and 5 face varying degrees of inefficiency, prompting the necessity for system upgrades to comply with established standards such as UFC 3-600-01 and NFPA 75. The report emphasizes the need for dedicated Data Center spaces within the MODs to enhance operational effectiveness and cooling redundancy. The findings underscore the urgency of modernization efforts to ensure reliable HVAC functionalities within the facility's various technical spaces, crucial for governmental operational integrity.
    The document outlines specifications for a Mod-Build-Out demonstration involving a data center management plan. It focuses on the layout design in Module 3 of Building 400, where 16 racks will be positioned. Key components include cold and hot aisles—specifically measuring 48 inches for the cold aisle and 42 inches for the hot aisle—alongside a detailed arrangement of 132 tiles and directional floor vents. The schematic referenced in the document, labeled as "Demo Drawing.pdf," provides a visual representation of the installation layout. This build-out is critical for managing airflow and optimizing performance in the data center environment. Overall, the document serves as a foundational outline for prospective bidders or contractors involved in federal and state RFPs related to data center infrastructure upgrades. It emphasizes the importance of physical arrangement in managing thermal dynamics effectively.
    The document outlines specifications for a project involving floor tiles and construction components in a data center environment. It details the quantities and arrangements required: a total of 132 two-foot by two-foot tiles, 12 directional floor vents, cabinets with specific placements for hot and cold aisle containment, and racks. The project emphasizes the importance of maintaining optimal airflow and temperature control within the facility, highlighting specific measurements for hot and cold aisles (42" and 48" respectively). Overall, the document serves as a technical overview for contractors considering participation in a federal or state RFP related to data center construction or upgrades, detailing necessary materials and layout for efficient operation.
    This document pertains to a federal government's Request for Proposal (RFP) for various rack hardware and infrastructure components primarily focused on data center optimization. It details the specifications for 16 IT cabinet racks, connectors, mounting hardware, and environmental monitoring systems, including power distribution units and temperature sensors. The proposal emphasizes energy efficiency, effective airflow management, and advanced security measures, such as biometric locks. Additionally, it outlines requirements for 140 anti-static raised floor tiles, adjustable ventilation systems, and air capture tools for HVAC purposes. Key components include hot aisle containment systems, network switches, servers, real-time temperature probes, and monitoring technologies all designed to enhance operational efficiency and support digital infrastructure. The document highlights the necessity for robust technical specifications, installation options, and support services. It aims to ensure that participating vendors understand the scope and standards needed in responding to the RFP, ultimately contributing to enhanced data center performance and security. This initiative reflects the government's commitment to maintaining up-to-date technological infrastructure while ensuring compliance with safety and operational standards.
    The file outlines a Request for Quotation (RFQ) from the 50th Contracting Squadron at Schriever Space Force Base for the design and installation of a Hot Aisle Containment System. The project aims to enhance cooling efficiency by installing containment doors with biometric locks, grounding racks for safety, and breakaway curtains. The delivery deadline is within 60 days after receipt of order. The solicitation is set aside for small businesses, specifically under NAICS code 334111, with a size standard of 1,250 employees. Offerors must submit a firm fixed price quote by September 20, 2024, providing detailed information including compliance with the solicitation's terms, technical descriptions, and pricing structures. Evaluation will focus on price and technical acceptability. Compliance with submission instructions is crucial; quotes deemed technically unacceptable will not advance in the selection process. The government intends to make a unilateral award without discussions, although it reserves the right to engage vendors if necessary. Overall, the document serves as a structured guide for potential contractors in a federal procurement context, emphasizing compliance, technical evaluation, and requirements for a successful bid.
    The document outlines specific requirements for the procurement of seismic cabinets and related equipment as part of a government Request for Proposals (RFP). Key specifications include detailed dimensional restrictions for the cabinets and a high demand for blanking panels amounting to 160 units of 1U and 80 units of 2U, as outlined in Attachment A. The document also mentions the unavailability of remote Power Distribution Units (PDUs) from the provider, but alternatives can be supplied based on the client's needs for amps, outlets, and surge protection. It highlights the requirement for rack-mounted PDUs with remote capability, essential for controlling outlets, monitoring power, and reading temperature parameters, as specified in line item 9 of Attachment A. The installation of these PDUs must adhere to guidelines in the Statement of Work, emphasizing vertical placement and accommodation for temperature sensors. This document serves as an important foundation for contractors responding to the RFP, ensuring they understand the technical specifications and requirements for successful proposal submission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Delta 9 Great Lakes Server Racks
    Active
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron at Schriever Space Force Base, is seeking proposals for the procurement of Great Lakes Server Racks under solicitation number FA255024Q0063. The primary objective is to acquire server racks that will support Delta 9's operational needs, focusing on baseline configurations, power consumption reduction, and maximizing physical space, with a delivery timeline of 60 days post-award. These server racks are critical for enhancing the operational capabilities at Schriever SFB, ensuring compliance with the Trade Agreements Act (TAA) and other government standards. Interested small businesses must submit their quotes by September 23, 2024, and can contact John A. Hughes at john.hughes.31@us.af.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further information.
    Modify Electrical and Structure for Target Retrieval System B1145 -
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of electrical and structural systems for the target retrieval system at Building 1145, Buckley Space Force Base in Aurora, Colorado. The project involves raising safety baffles, demolishing existing non-functioning systems, relocating electrical lighting, and installing new electrical outlets and a Mini Server Rack, among other tasks. This procurement is crucial for enhancing the operational capabilities of military training facilities, ensuring compliance with safety and environmental regulations. Proposals are due by September 19, 2024, with a performance period from September 30, 2024, to January 29, 2025. Interested parties can contact Jaisen Brown at jaisen.brown@spaceforce.mil or 720-847-9945 for further information.
    SFS - HD Shelving Sysem
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking proposals for a high-density mobile shelving system through Solicitation Number W50S6V24Q0036. The procurement aims to acquire two mobile storage racks for the Supply Bay and Armory, with specific requirements for security features, dimensions, and configurations to ensure proper organization and safety of stored items, including weapons and ammunition. This initiative is critical for enhancing storage capabilities within military facilities, ensuring compliance with safety regulations, and facilitating efficient inventory management. Interested small businesses must submit their quotes by 24 September 2024, following a site visit scheduled for 13 September 2024, and can direct inquiries to Capt Jacob Geroux at jacob.geroux.1@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil.
    Mobile Vehicle Barriers (MVB) and Racks Schriever Space Force Base (SSFB) CO
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Mobile Vehicle Barriers (MVB) and associated storage racks at Schriever Space Force Base in Colorado. The contractor is required to provide either Brand Name or Equal Pitagone F-18 Mobile Vehicle Barriers and a 6-Unit Open Storage Rack, along with a 12-month warranty for each item. This procurement is critical for enhancing security measures at military installations, ensuring effective traffic control, and maintaining safety during heightened security conditions. Interested parties must submit their quotes by September 19, 2024, and direct any inquiries to Linda A. Cummings at linda.cummings@us.af.mil or Nodar Dundua at nodar.dundua.1@spaceforce.mil.
    APC Schneider InRow Chillers and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three APC by Schneider InRow Chillers, along with installation, assembly, and startup services at Patrick Space Force Base in Florida. The contract involves the complete removal and replacement of the existing Local Area Network (LAN) Cooling System in a data center, ensuring a functional cooling system critical for data operations. Interested small businesses must submit their quotes by September 25, 2024, following a mandatory site visit on September 19, 2024, and are encouraged to contact Charles Cowart or Keona Franklin for further inquiries. The procurement is set aside for small businesses under NAICS code 238220, with a performance period of 10 working days post-equipment receipt.
    354 MXS Rolling Shelves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Rolling Shelving System to be delivered and installed at Eielson Air Force Base in Alaska. The procurement aims to acquire a wheel track shelving unit system that meets specific requirements regarding dimensions, material specifications, weight limits, and color, while also ensuring installation at the designated location. This initiative underscores the importance of efficient storage solutions within military operations, facilitating better organization and accessibility of materials. Interested small businesses must submit their offers by September 20, 2024, and can direct inquiries to Ashton Holland at ashton.holland.1@us.af.mil or Richard White at richard.white.44@us.af.mil.
    RF Shielded Rack
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of an RF Shielded Rack for the 352nd Special Operations Wing at RAF Mildenhall, United Kingdom. The requirement includes a 42U high rack with specific dimensions and electrical specifications, designed to meet operational needs while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by September 20, 2024, and ensure they have an active System for Award Management (SAM) registration. For inquiries, vendors can contact A1C Shannon Adkins at shannon.adkins@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.
    65 AGRS Storage Cabinets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of specialized storage cabinets for the 65th Aggressor Squadron at Nellis Air Force Base in Nevada. The project requires the contractor to provide and install cabinets with specific dimensions and configurations designed to store Pilot Flight Equipment (PFE), ensuring compliance with technical and safety standards while adhering to a strict schedule. This procurement is crucial for enhancing operational efficiency within the aircrew flight equipment section, with a contract type of Firm Fixed Price and a delivery timeline of 90 days after receipt of order. Interested vendors must submit their quotes electronically by September 24, 2024, and are encouraged to direct any questions to Amber Rivera at amber.rivera.2@us.af.mil before the deadline of September 18, 2024.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.