*Update-3/4/2025* The following are the questions and answers for this requirement:
1.If not brand new, could you please provide the current / previous contract number?
Answer: N/A
2.Is that the case or is the equipment sitting on the work surface? We also see that the rows have changed to rows of 6 operators having only 36" of space each and one display each, is that correct
Answer: The equipment will be sitting inside the consoles, the only thing on the workspace will be one monitor, keyboard, and mouse. The back of the console will need to hold all the equipment.
3.Do you require any certifications?
Answer: TAA Compliant consoles
4.What will the criteria be for making the final decision? Price, quality, best solution...
Answer: Best technological solution, quality, price is the order of our priorities. We have a set aside budget for this.
5.Can I have the dimensions (W x H x D) for all that will need to be stored in the rack (form factors and KVM) according to the dimensions of the room?
1 – Mirage B3000S (NIPR) Small Form Factor PC 12 x 11 x 3.6”
2 – HP Z2 G9 Mini (or other Mini Form Factor PC) – 9.3w x 8.6d x 2.7h”
1 – Belkin Secure KVM F1DN204KVM-UN-4 12.5 x 3.6 x 6.2”
2 – Surge Protectors (1 to connect Unclassified equipment / 1 for Classified Equipment) 10.8 x 1.850 x1.23”
6.Where is the power coming from? Raised floor, or core holes...
Answer: Power is coming from the walls so the consoles will be daisy chained.
7.Will they be hardwired or plug-ins?
Answer: Hardwired preferred but plug ins available
8.Due to the size of the room, we cannot have 6 rows of 6. I would suggest 4 rows of 9. Is the customer okay with this?
Answer: Our requirement is to sit 36 people in this room and meet the technological needs however you can do that.
9.Do we need to build all desks individually, or would it be ok if they were attached?
Answer: The only requirement is that the consoles fit in the room and we are able to seat 36 people.
10.If we build 18 desks at 72” for two users instead of 36 desks at 36” for 1 user, which means there would be no seem between the two, it would save a lot of cost. Would this be an option?
Answer: Yes absolutely, we just need to be able to sit 36 people in the room.
11.I am being asked to ask are we are able to submit a quote.
Answer: Yes
12.Where will the requirement be located?
Answer: Edwards AFB Building 2750 on the second floor – elevator or stairs to get to the second floor.
The questions and answers have been added as an attachment. Vendors will be provided an written response via email to the above questions.
*****************************************************************************************************************************************************
This is a Combined Synopsis and Solicitation for the TPS Building 2750 Network Consoles.
Each offeror must meet the following desctription of the TPS Building 2750 Network Consoles:
USAF TPS requires consoles to be installed and fabricated into the backs of the desks for room 104 in building 2750.
The console requirements are as follows:
- Simple, straight edge design
- Consoles/Design need to fit 36 users in a classroom ‘row’ configuration
- Room is 31ftx42ft
- 3ft wide per user. 6 users per row. 6 rows in total.
- Desks will be facing projectors and whiteboards along the 42ft wall
- Work surface must be 24in-30in deep
- Pole or other VESA mount option for the monitors to maximize limited surface space.
- Rack space in the back needs a minimum of at least 7” depth to accommodate our SFF NIPR PC.
- Rack space in the back has slat wall to mount the PC’s and KVM.
The consoles must meet the following security requirements:
- Must be TAA compliant and manufactured in the United States per SCIF/SAPF requirements.
- NIPR/SIPR Requirements
- TEMPEST Requirements
- JWICS Requirements
- Must have cable/network separation
The consoles must meet the following technology requirements:
- Rack in the back of desks must be able to be customizable and fit the following equipment per user:
- 1 – Mirage B3000S (NIPR) Small Form Factor PC
- 2 – HP Z2 G9 Mini (or other Mini Form Factor PC) - (JWICS/SGN)
- 1 – Belkin Secure KVM F1DN204KVM-UN-4
- 2 – Surge Protectors (1 to connect Unclassified equipment / 1 for Classified Equipment)
- Top Surface of Console must fit the following equipment per user
- 1 – 24” Monitor - LG 24BL450YB001
- Mouse
- Keyboard
- No data or power grommets on surface
- No task lights
- Power at each station under the work surface
Installation & delivery of consoles.
Please refer to the attached Statement of Objectives (SOO) and the attached Building Floor Plan for additional information.
Interested parties must be able to meet the following requirements:
(i) This is a combined synopsis/ solicitation for commercial products and services prepared accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The FAR 19.502-2(a) set-aside procedures will be used for the requirement.
(ii) Solicitation Number : FA930425R5009
**Please provide full solicitation number on all packages**
Interested parties who believe they can meet all requirements for the products and services described in the synopsis are invited to submit, in writing, a complete proposal. Offerors may utilize the attached Statement of Objectives (SOO) to complete proposal information (in PDF format); ensuring the proposal contains information and pricing for this requirement, including installation and delivery costs. Offerors are required to submit with their proposal enough information for the Government to evaluate the requirements detailed in this combined synopsis/ solicitation. Offerors shall submit proposals via email, please note the maximum file size is 10 MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Proposal (RFP).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, DFARS Change 01/17/2025.
(iv) THIS REQUIREMENT WILL BE: 100% Small Business Set-Aside
The North American Industry Classification System (NAICS) number for this acquisition is 541512 "Computer Systems Design Services" with a size standard of $34,000,000.
(v) Delivery: Delivery must be made by 30 April 2025 after date of award.
(vi) The the provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their proposals in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR PROPOSAL:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount
6. Point of Contact Name and Phone Number
7. Email address
8. Warranty
9. Date Offer Expires
10. FOB Destination
11. Estimated Delivery Lead Time:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services (Jan 2025)-or-notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactors: (1) Ability to provide the requested products. The agency will first rank proposals according to price, from lowest to highest, and will evaluate the lowest-priced proposal as either technically acceptable or unacceptable, reserving the right to evaluate additional proposals for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
1. Price
2. Technically Acceptability
Technically Acceptable Subfactors:
1. Ability to provide and install the Network Consoles
The ability to provide and install Network Consoles will be assigned ratings of satisfactory or unsatisfactory. The Government will award a purchase order resulting from the RFP to the responsible offeror whose proposal is responsive to the RFP and considered to be the Best Value based on LTPA.
(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the proposal.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions— Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Feb 2024), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/.
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Proposal Submission Information: It is the government’s intent to award without discussions. Therefore, each initial proposal should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Offers are due by 10 March 2025 at 4:30PM Pacific Daylight Time (PDT). Offers must be sent via email to Justin Fobel (justin.fobel@us.af.mil) AND Brianna Vicsotka (brianna.vicsotka.1@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Justin T. Fobel,
Contract Specialist
Email: justin.fobel@us.af.mil
Phone: 6612773986
Secondary Point of Contact:
Brianna L. Vicsotka
Contracting Officer
Email: brianna.vicsotka.1@us.af.mil
Phone: 6612773056
QUESTION PERIOD: The period for questions regarding this RFP will end at 16:30PM PDT on 3 March 2025. Please send all questions to both the buyer and Contracting Officer at their respective emails: justin.fobel@us.af.mil and brianna.vicsotka.1@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFP.