Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2025 SAM #8759
SOLICITATION NOTICE

A -- Space, High-Performance & Resilient Computing SHREC Memberships CY 2026-2030. Amendment 1

Notice Date
11/17/2025 6:47:56 AM
 
Notice Type
Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
FA9453 AFRL RVK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
FA945326QX001
 
Response Due
12/8/2025 7:00:00 PM
 
Archive Date
12/23/2025
 
Point of Contact
Gabriel Salazar, Phone: 3856827155, Ryan Corrigan
 
E-Mail Address
gabriel.salazar.3@spaceforce.mil, ryan.corrigan.8@spaceforce.mil
(gabriel.salazar.3@spaceforce.mil, ryan.corrigan.8@spaceforce.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Center for Space, High-Performance & Resilient Computing SHREC Amendment 1: 17 November 2025 This amendment is issued in the best interest of the government due to the recent Government shutdown lasting an extended period. Background: Center for Space, High-Performance & Resilient Computing, an NSF IUCRC, was founded in Sep. 2017, replacing the highly successful NSF CHREC Center. The center leads ECE research groups at four major universities. University of Pittsburgh (lead), Brigham Young University (partner), University of Florida (partner), and Virginia Tech (partner). The program fosters university, agency, and industry R&D collaborations in space and high-performance computing. SHREC is both National Research Center and consortium, university groups serve as research base (faculty, students, staff), industry & government organizations are research partners, sponsors, collaborators, advisory board, & technology-transfer recipients. The goal of SHREC is to Develop leaders in technology, development, and science and technology working groups. Space, High-Performance, and Resilient Computing (SHREC). Requirement: The government is seeking to purchase SHREC Memberships for CY26-30. While this solicitation is seeking multiple years of memberships the Government holds the right to award for one year or multiple years depending on funding and eligible offeror responses. The government also holds the right to purchase a single or multiple membership on a yearly basis. To be an eligible offeror please provide the government with the following: Submit a cost estimate of two memberships for Cys 26-30. Currently the SHREC site lists the cost of one membership at $50,000, please provide a response with estimated price changes if applicable for future years. Submit a response of history within SHREC Program: See below instructions for criteria for what the government will evaluate in your response. Instructions to offerors: Offeror must be a SHREC Partner. Offeror must be able to provide the Government SHREC memberships on a Calendar year basis. Offeror must be deemed responsible in accordance with FAR Part 9 and respective supplements. Offeror provide a technical summary: Briefly describe your organization within SHREC, products and services, history, ownership, financial information and other relevant information. As part of your corporate expertise, state areas that allow your organization to meet space force areas of interest. Offeror provide a summary of technical solutions as applicable within SHREC Program: Describe any technologies or research in your current areas of interest, as well as any products currently under development that meet the Space force capabilities. Provide performance and physical specifications for each product, as well as anticipated performance for products under development. Offerors may provide additional information of their organization relevant to the SHREC Program: Please provide any other materials, suggestions and discussions you deem appropriate. Evaluation Criteria: Offerors� responses will be evaluated with the following criteria: Price estimates will be evaluated for reasonableness. Responses will be reviewed for technical capability. Responses will be evaluated with relevance to Space force application and mission Contract Vehicle: The government anticipates using a Basic Ordering Agreement (BOA) to fulfill this requirement but holds the right to evaluate and use any contract vehicle before award is made. The government reserves the right to award one, none, or multiple awards based upon funding and responses to this solicitation to a single offeror, or multiple offerors. Note that the BOA itself is not a contract, and the orders placed off the BOA are what is legally binding. The orders are anticipated to be issued with FFP contract elements, as the SHREC membership is determined to be a commercial purchase as it is readily available to the public. Within the Basic Ordering Agreement itself the following will be identified before execution in accordance with FAR 16.703(c)(1) (1) Each basic ordering agreement shall- (i) Describe the method for determining prices to be paid to the contractor for the supplies or services; (ii) Include delivery terms and conditions or specify how they will be determined; (iii) List one or more Government activities authorized to issue orders under the agreement; (iv) Specify the point at which each order becomes a binding contract (e.g., issuance of the order, acceptance of the order in a specified manner, or failure to reject the order within a specified number of days); (v) Provide that failure to reach agreement on price for any order issued before its price is established (see paragraph (d)(3) of this section) is a dispute under the Disputes clause included in the basic ordering agreement; and (vi) If fast payment procedures will apply to orders, include the special data required by 13.403. If a BOA is awarded, on a yearly basis the Government in accordance with FAR 16.703(C)(2) will review the BOA and revise if necessary to make compliant to regulations. Anticipated Pricing requirements: If awarded a BOA, the government will notify the contractor of how many memberships will be purchased for the upcoming Calander year. The government will provide a 5-day response time to respond with a quote. SUBMISSIONS OF RESPONSES 1. There is a recommended total page count limit of 6 pages for response. This page count does not include the coversheet. Responses should be submitted in MS Word format in 12-point font, double-spaced with one-inch margins and use the standard letter size (8.5�x11�) paper. Responses are due no later than 08 December 2025. Submit your response to Contracting Specialist and Contracting Officer, no later than 03 Nov 2025. The response must be submitted via the Department of Defense (DoD) Secure Access File Exchange (SAFE) Website (https://safe.apps.mil). 2. TIMELINE: Deadline for 08 Dec 2025 OVERVIEW CONTRACTING OFFICE ADDRESS AND POINTS OF CONTACTS Department of the Air Force Material Command (AFMC), Air Force Research Laboratory, Space Vehicles Directorate, 3550 Aberdeen Ave, SE, Kirtland AFB, 87117-5776 CONTRACTING POINTS OF CONTACT (POC) Gabriel Salazar Contracting Officer AFRL/RVKY Phone Number: 505-846-5935 Email: gabriel.salazar.3@spaceforce.mil Ryan Corrigan (Alternate) Contract Specialist AFRL/RVKY Phone Number: 505-846-2070 Email: ryan.corrigan.8@spaceforce.mil TECHNICAL POINTS OF CONTACT (POC) Andrew C. Pineda AFRL/RVSV Phone Number: 505-853-2509 Email: andrew.pineda.6@spaceforce.mil Heather Quinn (Alternate) AFRL/ /RVSV Email: heather.quinn.2@spaceforce.mil 3. Procurement Classification Code: A � Research and Development (R&D); Code # 18 � Space Vehicles Directorate US Space Force. 4. Agency: Department of the Air Force 5. Responsible Office and Address: Air Force Research Laboratory (AFRL), Space Vehicles Directorate (AFRL/RV); Mail to: AFRL/RVKY (WEST AREA GENERAL MAIL ROOM); 3550 Aberdeen Ave. S.E.; Building 425, Room 100, 1st floor; Kirtland AFB, N.M. 87117-5773. 6. North American Industry Classification Systems (NAICS) Code: 541715 � R&D in the Physical, Engineering & Life Sciences (except Biotechnology)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/35331b6f39a3449b89762e8adb20eb77/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07643472-F 20251119/251117230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.