Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOURCES SOUGHT

70 -- Switch Equipment

Notice Date
7/15/2025 7:41:24 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
773954
 
Response Due
7/28/2025 2:00:00 PM
 
Archive Date
08/12/2025
 
Point of Contact
Homer Rios, Ernest Medina
 
E-Mail Address
homer.rios@us.af.mil, ernest.medina.2@us.af.mil
(homer.rios@us.af.mil, ernest.medina.2@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
AFICC 773 ESS Building 954 Switch Equipment General Information Classification Code: 7G21 - IT and Telecom�Network: Digital Network Products (Hardware and Perpetual License Software) NAICS Code: 541519 - Other Computer Related Services THIS IS A REQUEST FOR INFORMATION (RFI)/ SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the. This RFI announcement is NOT a Request for Proposal (RFP) and the Government is not committed to award a contract pursuant to this announcement. The information from this RFI is for planning purposes only and will assist the Government in planning its acquisition strategy and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. General Intent The Air Force is looking to award a single contract to facilitate this requirement. This market research is being conducted to assist in determining the best acquisition strategy for the subject service. Any information regarding contract type, commercial practices, and specifications are requested and being considered for the development of the solicitation. This announcement is targeted for all qualified businesses that can provide the equipment described below; responses from all interested parties are appreciated and accepted. Description SWITCH EQUIPMENT QTY Description Mfr. Part No. 14 Catalyst 9300-48 port switch, Network Advantage C9300-48H-A 14 C9300 NETWORK ESSENTIALS, 48-PORT LICENSE C9300-NW-A-48 14 1100W AC 80+ platinum Config 1 Power Supply PWR-C1-1100WAC-P 14 1100W AC 80+ platinum Config 1 Secondary Power Supply PWR-C1-1100WAC-P/2 14 CISCO CATALYST 9300 XE 17.9 UNIVERSAL S9300UK9-1612 28 NORTH AMERICAN POWER CABLE, TYPE A CAB-TA-NA 2 CATALYST NETWORK MODULAR 9300 (8X10G) C9300-NM-8X 2 1M TYPE 1 STACKING CABLE STACK-T1-1M 12 50CM TYPE 1 STACKING CABLE STACK-T1-50CM 2 CATALYST STACK POWER POWER CABLE, 1M CAB-SPWR-1M 14 C9300 DNA ADVANTAGE, 48-PORT TERM LICENSEC 9300-DNA-A-48 14 NETWORK PLUG AND PLAY CONNECT FOR ZERO-TOUCH DEVICE NETWORK-PNP-LIC Background Information Requested The AFICA 773d Enterprise Sourcing Squadron (773 ESS) is seeking responses to the questions listed below. Please provide your responses on company letterhead to the Point of Contact (POC) identified at the end of this RFI. Please provide your company�s name, mailing address, Cage Code, Unique Entity ID, Point of Contact (POC), telephone number and e-mail address. Please also provide the name of the company�s Parent Company, if applicable. Please provide your business size status (i.e. 8(a) Business Development Small Business Certification, Historically Underutilized Business Zone (HUBZone), Woman- Owned Small Business (WOSB) or Service-Disabled Veteran-Owned Small Business (SDCOSB), Small Business, Large Business, etc.) under NAICS 54159. *If you are under the 8(a) program, please identify when you graduate from the program. If you feel another NAICS code better fits this requirement, please identify that. Has your company had experience with this type of service, and/or at this magnitude in the last 5 years? Based on this information, do you have enough information to provide an accurate proposal? If not, what additional information can the Government provide to assist you in creating a more accurate proposal? Identify any factors that likely contribute risk or uncertainty to developing a contractor proposal for this proposed requirement. Please rate any factors you identify as either high or low regarding the degree of risk to the contractor. For the high-risk drivers, please explain why the risk is high and suggest how the Air Force might mitigate or reduce this risk. Do any components of this RFI conflict with standard industry practice? If so, please describe. Would your company be interested in participating in this solicitation? Please provide any additional questions, comments, concerns, etc. you have concerning this proposed acquisition. Provide feedback on whether the objectives, requirements, and other information presented in the SOO are clear, achievable within the proposed period of contract, and provide suggested changes, as appropriate. Format of Responses Limit RFI responses to 10, single-sided, single-spaced pages. The font for text should be Times New Roman 12-point or larger. The Responder may use oversized pages (including �foldouts�) where appropriate to contain graphic presentations. Oversized pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation. Responses must be unclassified and any proprietary information provided must be marked accordingly. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: �The following contains proprietary information that (name of Responder) requests are not to be released to persons outside the Government, except for the purposes of review and evaluation.� Interested parties must send their responses to this RFI, no later than (NLT) 1600 (4:00 p.m. Central Standard Time), July 21, 2025, to homer.rios@us.af.mil. Disclaimer � This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this RFI. The Government reserves the right to use the information provided by any respondent for any purpose deemed necessary and legally appropriate. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd84d1b3ca0a4a70874b8c5ef77e65aa/view)
 
Place of Performance
Address: TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07510730-F 20250717/250715230053 (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.