Opportunity

SAM #FA830726Q544

Air Force Procurement of Cisco, Dell, Microsoft, and Elastic IT Hardware and Licenses

Buyer

AFLCMC C3I&N

Posted

April 15, 2026

Respond By

April 22, 2026

Identifier

FA830726Q544

NAICS

334111, 423430, 423690

The Air Force Life Cycle Management Center (AFLCMC) is seeking quotations for a brand name server and ancillaries procurement to support its Command, Control, Communications & Battle Management (C3BM) office. - Government Buyer: - Department of Defense, Air Force Life Cycle Management Center (AFLCMC), C3BM (FA8307) - OEMs and Vendors: - Cisco (network switches, firewalls, SFPs) - Dell (PowerEdge servers) - Microsoft (Windows Server licenses) - Elastic (Elasticsearch licenses) - SK Hynix (RAM modules) - Products/Services Requested: - 4 Cisco Nexus 93180YC-FX3 switches (N9K-C93180YCFX3-WS) - 2 Cisco Firepower 3105 Threat Defense units (FPR3105-NGFW-K9) - 4 Dell PowerEdge R770 servers (R770) with high-performance configurations - 16 Microsoft Windows Server 2022 licenses - 2 Cisco Firepower 3105 Threat Defense licenses (L-FPR3105T-T-1Y) - 2 Elastic Elasticsearch 2.0 Enterprise licenses - Multiple Cisco SFP transceivers: 12 GLC-TE, 16 GLC-MM-SX, 12 GLC-LH-SMD, 88 SFP-10G-SR - 14 C14 power cables (2 meter) - 42 OM3 multimode fiber cables (1 meter, green) - 8 RJ45 patch cables (3 ft, green) - 1 Velcro roll (75 ft, black, 1841671) - 4 SK Hynix 32GB 2Rx8 RAM modules (PC4-3200AA-RE2-13) - Label maker - Unique/Notable Requirements: - All Cisco parts must be TAA compliant - Delivery required within 180 days after order - Evaluation based on lowest price technically acceptable - FOB destination to F2MTN7 (San Antonio, TX) - All costs, warranty, and business information must be included in quotes

Description

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. 

PRICING INSTRUCTIONS:

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 

BASIS FOR AWARD:

 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.

View original listing