SOLICITATION NOTICE
70 -- Robins AFB Multiple-Award Network Equipment IDIQ
- Notice Date
- 5/8/2025 11:00:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- FA850125R0005
- Response Due
- 5/23/2025 2:00:00 PM
- Archive Date
- 06/07/2025
- Point of Contact
- Christopher Spina, Cody Hammock
- E-Mail Address
-
christopher.spina@us.af.mil, cody.hammock@us.af.mil
(christopher.spina@us.af.mil, cody.hammock@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION OF REQUIREMENT: The Network Equipment Indefinite-Delivery Indefinite-Quantity (IDIQ) requirement is for the purchase of Cisco brand name infrastructure hardware and any incidental warranty services for the installation, sustainment, development, and expansion of Robins AFB NIPR/SIPR infrastructure and its facilities. Also included is supplies supporting the deployment of new technology within the Robins AFB NIPR/SIPR infrastructure. The contract will be structured as a single five-year ordering period that is not to exceed five (5) years or 1825 Calendar Days from the date of Award. Ordering Period one (CLIN 0001) will be 1 through 1825 days after contract award. The Network Equipment IDIQ Program intends to award up to five (5) contracts at the time of initial award, with the potential to select up to five (5) reserves for potential for fututre on-ramping capabliity. Offerors who meet the Special Standards of Responsibility (SSRs) and other submission requirements will be ranked from lowest to highest price. Special Standards of Responsibility NOTE: Special Standards of Responsibility IAW FAR 9.104-2, are below, and required by this RFP. The offeror shall provide documentation exhibiting proof of the following: a. Cisco Gold Partner Certification b. Cisco US Federal Authorization Partner Designation c. Unison Marketplace Reverse Auction Registration/Participation Orders placed within this five year ordering period shall not extend more than six months beyond the last day of the ordering period. This acquisition requires the use of other than full and open competition IAW FAR 6.302-1(c) to procure brand name Cisco items and associated peripheral hardware. Government Obligation to Order: Minimum: $1,000.00 Dollars, U.S. Maximum: $84,556,394.40 Dollars, U.S. Allowed Per Order: Minimum: $1.00 Dollars, U.S. Maximum: $10,000,000.00 Dollars, U.S. The Government is not responsible for any costs incurred or associated with preparation and submission of a proposal in response to this solicitation, or solicitations at the order level. Attached is an itemized equipment list (IDIQ Attachment 1) for items anticipated to be purchased throughout the five-year ordering period. Contractors shall have the capability to provide any item listed within the equipment list. Awarding Orders Under Multiple Award Contracts: All delivery orders will be competed using Fair Opportunity Proposal Request procedures IAW FAR 16.505 or use of Reverse Auction Procedures IAW FAR 17.804. All multiple award contractors shall be provided a fair opportunity to be considered for each order in excess of the micro-purchase threshold Additional Requirements This contract will be designated as Defense Priorities and Allocations System (DPAS) rated, with a DO-A7 priority rating, requiring delivery within 90 days or less. This prioritization is certified due to the critical nature of the equipment for national defense, emergency preparedness, and energy programs, as defined under 15 CFR Part 700 (DPAS). Vendors must adhere to all requirements outlined in this regulation. Partial shipments and partial payments are not authorized. The vendor shall source all Cisco products Directly from Cisco and the Vendor confirms to have sourced all new Cisco products submitted in this offer directly from manufacturer. No refurbished/recertified products will be accepted. No substitutions of any Cisco products will be considered. TAA: The vendor shall indicate TAA compliance as part of their quote. The Trade Agreements Act (TAA), states that products must be manufactured or ""substantially transformed"" in the United States or a TAA ""designated country"". Vendors shall ensure that all Cisco equipment is added and licensed in accordance with the instructions. No Foreign Contractors will be considered for this requirement. Please see/complete attached SF1449 for additional information and instructions to offerors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb15042ffb3d4bb993eaf70a651f7ebe/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07436933-F 20250510/250508230057 (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 |