The Federal Emergency Management Agency (FEMA), Region VI, requires various IT parts, specifically brand-name Belkin and Thor products, to support its Denton campus. This Request for Quote (RFQ) is a total small business set-aside under NAICS code 423690 with a 250-employee size standard. The procurement will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, with an affordability ceiling of $91,000. Quotes must conform to specifications and include shipping costs, with delivery required 45 days after order receipt. Questions must be submitted by July 29, 2025, and quotes by August 4, 2025, both via email to Destiny Dyson. The contract incorporates FAR 12 and FAR 13.5, including clauses on inspection, payment (Net 30 days from acceptance), and a minimum one-year warranty. Invoices must be submitted electronically after successful inspection and acceptance by the Contracting Officer Representative.
The Federal Emergency Management Agency (FEMA), Region VI, is soliciting quotes for various IT parts, including Belkin and Thor brand names, to support its Denton campus. This Request for Quote (RFQ) is a total small business set-aside with a NAICS code of 423690 and a size standard of 250 employees. The procurement will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, with an affordability range not exceeding $91,000.00. Quotes must conform to specifications and include shipping costs, with delivery required 45 days after receipt of order. Invoices must be submitted electronically after successful inspection and acceptance by the Contracting Officer Representative, with payment terms of Net 30 days from acceptance. The document outlines detailed contract clauses regarding inspection, payment, termination, and compliance with federal regulations (FAR 12 and FAR 13.5). All inquiries must be directed to Contracting Officer Destiny Dyson via email by August 15, 2025, at 8:00 AM CD.
The Federal Emergency Management Agency (FEMA), Region VI, is soliciting quotes for various brand-name IT parts (Belkin and Thor) to support its Denton campus, with an estimated affordability range not exceeding $91,000. This is a total small business set-aside procurement under NAICS code 423690 (250-employee size standard), evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. Key items include fiber optic splitters, amplifiers, transmitters, receivers, splicing tools, connectors, fiber optic cables, rackmount shelves, patch panel adapters, visual fault locators, PoE switches, and GPU/HDD components. Quotes must conform to specifications and include shipping costs, with delivery required 45 days after order receipt. Invoices are to be submitted electronically after successful inspection and acceptance, with payment terms of Net 30 days from acceptance. Questions are due by July 18, 2025, and quotes by July 28, 2025, to Destiny Dyson via email. The contract is subject to various FAR clauses concerning terms and conditions, payment, and other compliances, including a one-year warranty requirement for all equipment.
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Region VI, has issued a Request for Quote (RFQ) 70FBR625Q00000034, a total small business set-aside, for various brand-name (Belkin and Thor) IT parts to support the Denton campus. The North American Industry Classification System (NAICS) code for this procurement is 423690, with a small business size standard of 250 employees. The government's affordability for this request does not exceed $91,000.00. Quotes will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) basis and must conform to the attached specifications. All IT parts are expected to be delivered within 45 days after receipt of the order, with pricing inclusive of shipping costs. Questions are due by July 18, 2025, and quotes by July 25, 2025, both by 12:00 PM CD via email to Destiny Dyson. The contract incorporates various Federal Acquisition Regulation (FAR) clauses, including those related to payment, disputes, and contractor responsibilities. The awardee must provide a minimum one-year warranty, and invoices will be processed after successful inspection and acceptance by the Contracting Officer Representative, with payment terms of Net 30 days from acceptance.
The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security (DHS), has issued a Request for Proposal (RFP) for various IT parts essential for maintaining operations at its Denton campus. This procurement is specifically set aside for small businesses and calls for brand-name items from suppliers such as Belkin and Thor, with an associated North American Industry Classification System (NAICS) code of 423690. The estimated total budget for this effort is capped at $91,000, with a requirement for delivery within 45 days after receiving an order.
Quotes must comply fully with provided specifications and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) methodology. Vendors interested in submitting proposals must direct their inquiries to the designated Contracting Officer, Destiny Dyson, by a specified deadline. The document emphasizes the importance of warranties, compliance with federal regulations, and the need for thorough inspection and acceptance processes prior to payment. The summary reflects a structured approach to ensure small business participation while facilitating FEMA's operational needs through necessary IT enhancements.
The document outlines a Request for Quote (RFQ) by the Federal Emergency Management Agency (FEMA), Region VI, for various IT parts needed to support its Denton, Texas campus. This procurement is designated as a total small business set aside, focusing on products from specified brands, including Belkin and Thor. The associated North American Industry Classification System (NAICS) code is 423690, indicating a supplier size standard of 250 employees.
The evaluation criteria follow a Lowest Priced Technically Acceptable (LPTA) approach, where quotes must strictly adhere to the provided specifications. The government has set a funding ceiling of $91,000, and delivery terms are required within 45 days post-order receipt. Interested vendors must submit their quotes via email by July 28, 2025, and ensures their proposals remain within the anticipated financial range. Specific terms regarding invoicing, warranties, and contract clauses—including compliance with federal regulations—are detailed, ensuring a comprehensive framework for the procurement process. Effective communication with the Contracting Officer is mandatory for queries and submissions, highlighting the structured nature of government procurement procedures aimed at efficiency and compliance.
The document outlines a Request for Quote (RFQ) from the Federal Emergency Management Agency (FEMA) Region VI for various IT parts to support its Denton campus, specifically targeting small businesses as the procurement is a total small business set-aside. The RFQ, identified by solicitation number 70FBR625Q00000034, includes a competitive pricing structure evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, with an expected budget not exceeding $91,000. Vendors are required to submit their bids by August 4, 2025, and all inquiries must be directed to the Contracting Officer, Destiny Dyson, by a specified deadline. Items requested include specific brand-name IT parts and accessories, with delivery required within 45 days of order placement. The awardee must meet certain quality standards and warranties while ensuring compliance with various Federal Acquisition Regulations (FAR). The document serves as a vital procurement tool for FEMA to maintain and enhance its operational capacities with the timely delivery of necessary IT supplies.
FEMA Region VI has issued RFQ 70FBR625Q00000034 for an IT Parts List, seeking new, factory-sealed products with original manufacturer warranties. The deadline for questions and quote submissions is August 4, 2025, at 8:00 AM CST, to Destiny Dyson at Destiny.Dyson@fema.dhs.gov. Key requirements include dual-core processors with a minimum of 2GHz, 512GB RAM per server, and 160TB usable storage, with two 500GB OS drives. Network connectivity requires one 4-port or dual-port copper (RJ45) NIC and one dual-port 10GB SFP NIC. Support is needed 8x5xNBD, with hard drive retention. The RFQ specifies brand-specific items, including Belkin and Thor products, and HPE DL300 GEN10+ GPU 8P Keyed CBL Kits, HPE GPU 8P Keyed Cable Kits, and NVIDIA A30 Graphic Cards (Part Number: 900-21001-0040-000), for which a revised delivery timeline may be accepted but no alternatives. This is a new requirement, with an “ALL or NONE” award basis, meaning partial quotes will not be accepted. The procurement is a total small business set-aside under NAICS 423690 (250-employee size standard), requiring SAM profile listing prior to award. Vendors must quote all items as expressed in the solicitation.
The FEMA Region VI RFQ 70FBR625Q00000034 outlines a request for IT parts with a submission deadline of August 4, 2025. The inquiry primarily focuses on specifications for server components, including dual-core processors with a minimum speed of 2GHz, a preference for 512GB RAM, and extensive storage capabilities (two 500GB OS drives and 160TB usable space). Support requirements dictate an 8x5 next business day service, while all products must be brand new and covered by the manufacturer's warranty, with no acceptance of refurbished or alternative brands.
Offerors must provide complete quantities as outlined in the solicitation, and this procurement is designated as a total small business set-aside under NAICS code 423690. Additionally, the RFQ indicates a preference for sole brand names from specific vendors, emphasizing clarity in the bidding process. Overall, this document serves as a formal invitation for IT part suppliers to propose their offerings in compliance with the stated requirements, emphasizing specificity, quality, and adherence to federal procurement standards.
The FEMA Region VI: IT Parts List solicitation (70FBR625Q00000034) outlines requirements for IT product procurement, emphasizing that all submitted products must be new, factory-sealed, and backed by the original manufacturer’s warranty. The solicitation explicitly rejects new surplus or overstock from non-authorized sources, as well as refurbished materials. Additionally, offerors must submit complete quotes; partial quantities will not be accepted. The deadline for quote submissions has been extended to 8:00 AM CD on July 28, 2025.
The document outlines a governmental solicitation from FEMA Region VI for IT parts, specifying requirements for vendor submissions. All proposed materials must be new, factory-sealed, and come with the original manufacturer’s warranty; refurbished or surplus materials from unauthorized sources are not permitted. Furthermore, vendors must submit full quantities as requested in the solicitation, as partial submissions will be rejected. The deadline for quote submissions has been extended to July 28, 2025, at 8:00 AM CDT. This solicitation reflects FEMA's commitment to acquiring high-quality IT components while adhering to stringent procurement standards to ensure reliability and compliance with federal regulations.
The document is a Sole Source/Sole Brand Justification form from FEMA Region VI, U.S. Department of Homeland Security, dated June 24, 2025, with Requisition Number 146-N#1509-505166 for R6 IT Parts List. The justification specifies that Belkin and Thor equipment is required for CATV and fiber transport, asserting that this equipment will facilitate necessary operations. The form explains the criteria for sole source (item available from only one vendor/manufacturer) and sole brand (various vendors can supply the specified model/brand, but competitive bids are limited to that brand). It also outlines the requirements for justifying such a procurement, including detailing unique performance features, explaining why these features are essential, and documenting other evaluated and rejected items or brands. The certification section confirms awareness of competitive bidding requirements and justifies the sole source/sole brand procurement, signed by Nicholas G. Kendricks (Requestor/Project Officer) and Destiny S. Dyson (Contracting Officer).
The document is a Sole Source/Sole Brand Justification request submitted to the U.S. Department of Homeland Security, FEMA Region VI, regarding the procurement of Belkin and Thor equipment for CATV and fiber transport. The justification emphasizes the unique performance features of this equipment that are not available from other vendors. Specifically, the need for compatibility with existing systems is highlighted, indicating the requirement for special interfacing.
The request includes an affirmation that the requester has reviewed other comparable equipment and has determined the necessity for this specific brand due to its unique qualifications. The document specifies that competitive bids will not be solicited as this is a sole brand request. Necessary signatures from the requestor and contracting officer ensure procedural compliance with federal regulations.
The main purpose of this document is to justify the sole source procurement of specialized equipment necessary for effective operational capabilities within the Department of Homeland Security frameworks, ensuring interoperability and adherence to established technical standards.
The provided government file is empty and contains no information. Therefore, a summary cannot be generated as there is no content to analyze or extract key details from.