Laptop Security Storage Cabinets and BNO Cisco and Juniper Switches
ID: 763ESSFY25Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

Computer Storage Device Manufacturing (334112)

PSC

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

Set Aside

HUBZone Set Aside (HZC)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Laptop Security Storage Cabinets and Brand Name Only (BNO) Cisco and Juniper Switches for the Headquarters Air Mobility Command (HQ AMC/A4PI). The requirement includes specific quantities of various laptop security cabinets and network switches, which are essential for maintaining the security and functionality of the Air Force's IT infrastructure. All products must be delivered by August 30, 2025, with proposals due by August 5, 2025, at 12:00 PM Central Daylight Time. Interested vendors should contact Alexis Strieker or Caydn Schuchman for further information and ensure their System for Award Management (SAM) registration is current.

    Files
    Title
    Posted
    This government RFP, solicitation number FA445225R0026, is for "Laptop Security Cabinets and BRAND NAME ONLY (BNO) Cisco and Juniper Switches." It details required items, including various laptop security cabinets and specific Cisco and Juniper switches. Proposals must be submitted via email to alexis.strieker@us.af.mil and caydn.schuchman@us.af.mil by August 5, 2025, at 12:00 PM Central Daylight Savings Time. Late proposals may not be considered. Contractors must provide unit and total prices for all CLINS, rounded to the nearest dollar, and ensure their System for Award Management (SAM) registration is current. The document also specifies delivery terms, FOB point as "Destination," and directs contractors to refer to attachments for salient characteristics, quantities, and delivery locations.
    This document is a Sole Source Justification for the procurement of Cisco and Juniper Brand Name Only (BNO) hardware for HQ AMC/A4PI's existing network infrastructure. The justification outlines the necessity of using these specific brands to maintain operational continuity, warranty integrity, and interoperability due to proprietary information within the current OEM-branded networks. Efforts to ensure competition include soliciting the requirement on Sam.gov as a 100% Hubzone set-aside, with an anticipation of receiving two or more proposals from small businesses. Price reasonableness will be determined through competitive offers, or by FAR 13.106-3(a)(2) techniques if only one response is received. Market research involved three sources sought notices on sam.gov, GSA eBuy (MAS), and 2GIT, which led to the determination that a 100% Hubzone Set-aside would maximize competition while meeting small business goals. The Nonmanufacturer Rule (NMR) class waiver for NAICS 334112 applies, allowing non-manufacturers to provide end items from other than small businesses without regard to the place of manufacture. The document also details requirements for describing efforts to solicit offers, ensuring fair and reasonable costs, conducting market research, and outlining future actions to remove barriers to competition.
    The document outlines the proposal submission details for a federal Request for Proposal (RFP) concerning the supply of laptop security cabinets and Cisco and Juniper switches. It specifies the necessary information to be provided by contractors, including the contractor's name, address, point of contact, and business type, along with the proposal number and date. The RFP includes specific Contract Line Item Numbers (CLINs) detailing quantities and model descriptions for various security cabinets and switches required for both CONUS (Continental United States) and OCONUS (Outside Continental United States) deliveries. Contractors must submit proposals via email by the specified deadline, with emphasis on accuracy in pricing and completeness of submission. The document stresses the importance of current registration in the System for Award Management (SAM) for eligibility. A detailed delivery schedule and additional requirements are provided in accompanying attachments. This RFP represents a critical opportunity for small business contractors to participate in fulfilling federal procurement needs, enhancing security and networking capabilities within government operations.
    The document pertains to federal and state-level RFPs (Requests for Proposals) and grants but is inaccessible due to PDF protection. Consequently, specific details regarding the proposals, grants, or program requirements cannot be assessed. Typically, federal RFPs outline guidelines for entities seeking government contracts, while grants provide financial support for projects aligning with federal, state, or local priorities. Both require clear eligibility criteria, detailed project objectives, and budget outlines. The integrity and transparency of the submission process are essential, entailing compliance with government regulations and timelines. Identifying the exact nature of the requests, funding amounts, and targeted sectors would be critical to a thorough analysis, which is impeded here due to the document's protection. A compatible reader is necessary to view the content, which is vital for an accurate summary of the intended information.
    The document outlines a Sole Source Justification for the acquisition of Cisco and Juniper hardware by the HQ AMC/A4PI, vital for maintaining the operations and warranty integrity of existing network infrastructure. It emphasizes the contractor’s unique qualifications, as only certified resellers of Cisco and Juniper can provide the OEM products necessary for compatibility within the proprietary network systems. To foster competition, efforts include soliciting proposals from potential small business vendors on sam.gov, targeting a 100% Hubzone set-aside to maximally leverage small business capabilities. Market research indicated that while limited responses were received, the anticipated interest would lead to multiple proposals and fair pricing, verified by competitive offers. The Nonmanufacturer Rule allows for a small business to provide another entity's products under specified conditions. The document also discusses ongoing efforts to enhance competition for future acquisitions by addressing barriers identified in the current process. Overall, this justification serves as a formal approval request for the non-competitive acquisition of specific network equipment, adhering to federal procurement regulations and fostering small business participation in government contracts.
    The document outlines specifications for three variations of a Laptop Security Storage Cabinet featuring 10, 20, and 30 drawers, intended for secure and organized storage of laptops. Key requirements include a sturdy construction of 16-gauge steel, durable powder paint finish, and full-width pull handles. Each cabinet is to have individual locking mechanisms, with a master key for all locks, and must include tie-down straps for computers. Power requirements feature a 110 VAC supply to each drawer, U.L. listed components, and 10 amp AC power cords. Each drawer maintains consistent dimensions of 17.5” W x 3.25” H x 20.25” L. Additionally, network functionality is emphasized, including permanently mounted racks for network switches and a lockable storage compartment. Wiring capabilities include CAT 6 cabling, reinforced couplers, and completed installation of the CAT 6 kit, alongside a comprehensive seven-year warranty covering parts and labor. Device charge status indicators will be present in each drawer with specific LED signaling for charging levels. This document is tailored for government entities seeking durable and secure laptop storage solutions as part of RFPs, highlighting compliance, functionality, and longevity in government procurement initiatives.
    The document pertains to a federal government initiative, aimed at addressing Requests for Proposals (RFPs), federal grants, and state and local RFPs. It outlines the necessity for compatible file readers to access certain protected content, which suggests a technical aspect related to the sharing and accessibility of government information. While specific details cannot be extracted due to the protection on the PDF, the overarching purpose appears to be ensuring the dissemination of grant and proposal opportunities to stakeholders in various sectors. Effective communication of RFPs is essential for securing partnerships and funding, highlighting the importance of technology in modern administrative processes. This reflects the government's commitment to transparency and collaboration with the community and private sector in fulfilling public needs through accessible grant processes.
    The Department of the Air Force, 763d Enterprise Sourcing Squadron, is soliciting proposals for Security Storage Cabinets and Brand Name Only (BNO) Switches for Headquarters Air Mobility Command (HQ AMC/A4PI). This Simplified Acquisition Proposal Request (SAPR), FA445225R0026, seeks specific quantities of laptop security cabinets (30, 20, and 10 drawer) and Cisco and Juniper network switches. All products must be delivered by August 30, 2025. Proposals must include a cover letter with a 30-day acceptance period and completed Attachments 1 (Information and Pricing Worksheet) and 2 (Provisions and Clauses). Award will be based on the Lowest Price Technically Acceptable (LPTA) firm-fixed-price proposal, evaluated for technical acceptability, completeness, and reasonableness. Questions are due by August 1, 2025, and proposals by August 5, 2025, both by 12:00 PM CST, submitted via Sam.gov or email to the Contracting Specialist and Contracting Officer.
    The Department of the Air Force's 763rd Enterprise Sourcing Squadron issued a Simplified Acquisition Proposal Request (SAPR) for the procurement of Security Storage Cabinets and Brand Name Only (BNO) Switches. This solicitation (FA445225R0026) encompasses specific quantities of various models of laptop security cabinets and Cisco and Juniper switches, with a delivery deadline of August 30, 2025. Proposals must include a pricing worksheet and adhere to outlined provisions, indicating a 30-day acceptance period to be considered valid. The award will follow a Lowest Price Technically Acceptable (LPTA) approach, prioritizing compliant proposals assessed for technical acceptability and price reasonableness. All communications regarding the proposal must be directed to the designated Contract Specialist and Contracting Officer, with a submission deadline of August 5, 2025. This SAPR does not obligate the government or authorize performance until a contract is signed, and reinforces procedures for competitive pricing evaluation and compliance verification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cisco brand-name Ethernet and Passive Optical Transport System (POTS) equipment for the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base. This procurement involves out-of-band transport switches, Ethernet switches, and related management and monitoring hardware/software, with an estimated cost of $12 million. The justification for limiting the sources to Cisco is based on the existing infrastructure and the need to avoid significant cost duplication and delays that would arise from using alternative brands, ensuring compatibility and interoperability within the Air Force's network. For further inquiries, interested parties can contact Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    NETWORK SECURITY PR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of network security hardware and software under the title "NETWORK SECURITY PR." This contract encompasses the manufacture and quality assurance requirements for electronic computer manufacturing, specifically focusing on IT and telecom servers and perpetual license software. The goods and services sought are critical for ensuring the security and integrity of defense logistics operations. Interested vendors should direct inquiries to Shane Wisor at 445-737-1148 or via email at SHANE.WISOR@DLA.MIL, with proposals expected to adhere to the outlined specifications and requirements.
    SWITCH,ELECTRONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of electronic switches, classified under the NAICS code 334290 for Other Communications Equipment Manufacturing. The contract requires the delivery of eight units within a timeframe of 365 days, adhering to strict quality standards, including ISO 9001 or higher, and includes provisions for warranty and inspection of supplies. This procurement is critical for national defense applications, emphasizing the importance of reliability and quality in the supplied items. Interested vendors can reach out to Sean Geiger at 215-737-6825 or via email at SEAN.GEIGER@DLA.MIL for further details and to participate in the bidding process.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.
    Maintenance Laptops
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the manufacturing of P-8 Maintenance Laptop Sets under a five-year, fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook laptops and associated components, including retrofitting legacy systems, with a focus on adhering to strict quality assurance standards and export control regulations. This contract is critical for maintaining operational readiness and support for the P-8 aircraft, ensuring that the Navy has reliable and functional maintenance equipment. Interested contractors must possess a certified DD Form 2345 to access the technical drawings and should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, with proposals due as specified in the solicitation documents.
    Juniper Switches
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking procurement of Juniper switching equipment to facilitate the Joint Regional Security Stack (JRSS) migration capabilities at Fort Carson, Colorado. This equipment is critical for the United States Army Human Resources Command (USAREC) as it supports the Integrated Personnel and Pay System (IPERMS), which is essential for managing soldiers' pay and human resources actions. The procurement is aimed at enhancing operational efficiency and ensuring the effective management of soldier-related actions. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or Timothy D. Pike at timothy.d.pike.civ@army.mil for further inquiries.
    59--SWITCH,RADIO FREQUE
    Buyer not available
    The Defense Logistics Agency, part of the Department of Defense, is seeking quotes for the procurement of 16 units of a radio frequency switch, identified by NSN 5985013631409. This procurement is a source-controlled drawing item, meaning that only approved sources can provide the specified item, which is critical for various military applications. Interested vendors must submit their quotes electronically, adhering to the requirements outlined in the solicitation, which will be available online. For any inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil, and the delivery is expected to be completed within 372 days after order placement.
    Request for Information - Data at Rest
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    59--SWITCH,SOLID STATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 60 units of a solid-state switch, identified by NSN 5930001539551. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is 08748 8-060-08, indicating its critical role in electrical and electronic equipment components. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 740 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.