Cotton Research Center Expansion
Agency: University of Texas at El Paso [TX]
Location: Texas
NAICS: Not Provided
| Agency | AFLCMC Joint Base San Antonio |
|---|---|
| Deadline | 04/22/26 |
| Posted | 04/15/26 |
| Estimated Value | $50,000 - $250,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 334111 - Electronic Computer Manufacturing |
| PSC | 7B22 - IT And Telecom - Compute: Servers (Hardware And Perpetual License Software) |
| Location | San Antonio, TX 78215 United States |
This notice is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) under solicitation number FA830726QB544 - Air Force Brand Name Server and Ancillaries (Combined). This acquisition is a total small business set-aside. The NAICS Code and Size Standard are 334111 and 1250 number of employees, respectively. The quoter shall state in their quote their size status for this acquisition. All responsible sources may submit a quote which will be considered by the agency. Items are to be delivered as specified in the Bill of Materials (BOM). Quotes must include: solicitation number, FOB destination to F2MTN7, discount/payment terms, warranty duration (if applicable), SAM UEI/CAGE Delivery: 180 days after receipt of order Quoters shall provide the information required by RFO 52.212-1, Instructions to Offerors-Commercial Items, (Sep 2023), which is incorporated by reference. RFO Part 15 does NOT apply. The Government intends to award an order without further communications with Quoters. Consequently, Quoters are highly encouraged to quote their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all Quoters submitting a technical and price quote, if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to communicate with every Quoter. A Quoter may be eliminated from consideration without further communication if its technical and/or pricing quotes are not among those Quoters considered most advantageous to the Government based on a Lowest Price Technically Acceptable. Interested vendors shall submit a quote for the attached BOM. By submitting a response to this solicitation, the Quoter has read, understands, and agrees to the order terms and conditions of the RFQ. The attached documentation to this RFQ includes requirement specifications (as a BOM), and the additional terms and conditions that apply to this RFQ and subsequent award. Only the required minimum amount of information is requested to be provided for proper evaluation. Efforts should be made to keep quotations as brief as possible, concentrating on substantive information essential for a proper evaluation. In responding to this RFQ, it is the quoter's responsibility to provide current, relevant, complete, and accurate information in their quotation. The quotation shall be submitted as a PDF document.
All costs (including shipping) to deliver the requirements of the attached BOM shall be included in the quote. The quote shall include a total firm fixed price. Delivery shall be within 180 days ARO. Later delivery times will be considered only if it is in the best interest of the Government. Delivery terms shall be FOB Destination
The evaluation will be conducted using a Lowest Priced Technically Acceptable process and include all vendors who meet the small business standards specified within this solicitation and whose quotes meet or exceed the technical acceptability standards specified in the attached BOM. Award will be made to the vendor with the lowest total priced quote that meets or exceeds the technical acceptability standards and are compliant with the attached clauses/provisions. Verbiage akin to the below must be in all draft and final RFPs and contracts. Ombudsman - An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. - Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). - If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. - The ombudsman has no authority to render a decision that binds the agency. - Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). All questions must be submitted electronically via email to Philip Carder at philip.carder.2@us.af.mil . Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received by email to philip.carder.2@us.af.mil and william.raymond.10@us.af.mil no later than 4/22/2026 at 12:00 PM CT. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic quote by the due date and time specified for this RFQ shall result in the quote being ineligible for award. Vendor will not be compensated for bidding.
Background This solicitation is issued by the Department of the Air Force, specifically the Air Force Life Cycle Management Center (AFLCMC), to procure commercial-off-the-shelf (COTS) IT hardware and software necessary for a technology refresh and expansion of the Hyper Converged Interface (HCI) Equipment Program. The goal is to ensure interoperability and maintain operational readiness without incurring significant costs or delays associated with integrating non-standard hardware. Work Details The contract includes a firm-fixed-price purchase order for specific hardware and software as detailed in the Bill of Materials (BOM). The items required are categorized under two Contract Line Item Numbers (CLINs): CLIN 0001 for Tech Refresh and CLIN 0002 for New System. The detailed requirements are as follows: - **CLIN 0001 (3400) Tech Refresh**: - Cisco Nexus 93180YC-FX3 with 48p: QTY: 2 - Dell PowerEdge R770: QTY: 2 - Elasticsearch License 2.0 Enterprise: QTY: 1 - **CLIN 0002 (3080) New System**: - Cisco Nexus 93180YC-FX3 with 48p: QTY: 4 - Cisco Firepower 3105 Threat Defense: QTY: 2 - Dell Power Edge R770: QTY: 4 - C14 Power Cable (2 Meter): QTY: 14 - Cisco GLC-T Extended Temp edition (RJ45): QTY:12 - Cisco Multimode Extended Temp edition (LC): QTY:16 - Cisco Singlemode Long Range (1Gb GBIC): QTY:12 - Cisco SHORT Range (10Gb): QTY:88 - Firepower Threat Defense License: QTY:2 - OM3 Multimode Fiber cable (1 Meter, Green): QTY:42 - RJ45 Patch Cable (Green, 3ft): QTY:8 - Velcro Roll (Black,75ft): QTY:1 - Label Maker: QTY:1 Period of Performance Delivery is required within 180 days after receipt of order. Place of Performance The delivery location is specified as FOB Destination to F2MTN7.
| Contact name | PHILIP, J. CARDER |
|---|---|
| Contact email | philip.carder.2@us.af.mil |
| Contact phone | (210) 925-3350 |
| Secondary contact name | William (Matt) Raymond |
| Secondary contact email | william.raymond.10@us.af.mil |
| Secondary contact phone | (210) 925-4349 |
Agency: University of Texas at El Paso [TX]
Location: Texas
NAICS: Not Provided
Agency: Texas Department of Criminal Justice Correctional Institutions Division [TX]
Location: Texas
NAICS: Not Provided
Agency: AFLCMC Joint Base San Antonio
Location: Texas
NAICS: 336413
Agency: Leasing Office
Location: Texas
NAICS: 531130