*Update*-Posted Q&A- 20 August 2025
- Is this purchase for parts and delivery only, or will instalation be needed as well?
- Only parts and delivery is needed
- See the attached form for 52.212-3 below
The Q&A attachment has been posted on SAM.gov.
Combined Synopsis/ Solicitation Draft for Building 2750 Fiber Switches Upgrade
Each vendor must meet the following description Fiber Switches Upgrade as follows:
The USAF TPS requires 44 items listed below for B2750 SCIF Fiber Switches for classified networks.
Line #
Manufacturer Part #
Manufacturer
Description
Qty
1
C9300-24S-A
CISCO SYSTEMS (CISCOPRO)
Catalyst 9300 24 GE SFP Ports, modular uplink Switch
3
2
C9300-DNA-A-24S
CISCO SYSTEMS (CISCOPRO)
C9300 DNA Advantage, 24-port Fiber Term Licenses
3
3
C9300-DNA-A-24S-3Y
CISCO SYSTEMS (CISCOPRO)
C9300 DNA Advantage, 24-Port Fiber, 3 Year Term LicenseService Duration: 10 Months
3
4
TE-EMBEDDED-T
CISCO SYSTEMS (CISCOPRO)
Cisco ThousandEyes Enterprise Agent IBN Embedded
3
5
TE-EMBEDDED-T-3Y
CISCO SYSTEMS (CISCOPRO)
ThousandEyes - Enterprise AgentsService Duration: 10 Months
3
6
C9300-NW-A-24
CISCO SYSTEMS (CISCOPRO)
C9300 Network Advantage, 24-port license
3
7
PWR-C1-350WAC-P
CISCO SYSTEMS (CISCOPRO)
350W AC 80+ platinum Config 1 Power Supply
3
8
CAB-TA-NA
CISCO SYSTEMS (CISCOPRO)
North America AC Type A Power Cable
6
9
C9300-NM-8X
CISCO SYSTEMS (CISCOPRO)
Catalyst 9300 8 x 10GE Network Module
3
10
C9300-SSD-NONE
CISCO SYSTEMS (CISCOPRO)
No SSD Card Selected
3
11
TE-C9K-SW
CISCO SYSTEMS (CISCOPRO)
TE agent for IOSXE on C9K
3
12
NETWORK-PNP-LIC
CISCO SYSTEMS (CISCOPRO)
Network Plug-n-Play Connect for zero-touch device deployment
3
13
D-DNAS-EXT-S-T
CISCO SYSTEMS (CISCOPRO)
Cisco DNA Spaces Extend Term License for Catalyst Switches
3
14
D-DNAS-EXT-S-3Y
CISCO SYSTEMS (CISCOPRO)
Cisco DNA Spaces Extend for Catalyst Switching - 3YearService Duration: 10 Months
3
15
C9K-ACC-RBFT
CISCO SYSTEMS (CISCOPRO)
RUBBER FEET FOR TABLE TOP SETUP 9200 and 9300
3
16
C9K-ACC-SCR-4
CISCO SYSTEMS (CISCOPRO)
12-24 and 10-32 SCREWS FOR RACK INSTALLATION, QTY 4
3
17
CAB-GUIDE-1RU
CISCO SYSTEMS (CISCOPRO)
1RU CABLE MANAGEMENT GUIDES 9200 and 9300
3
18
SC9300UK9-1713
CISCO SYSTEMS (CISCOPRO)
Cisco Catalyst 9300 XE 17.13 UNIVERSAL
3
19
PWR-C1-350WAC-P/2
CISCO SYSTEMS (CISCOPRO)
350W AC 80+ platinum Config 1 Secondary Power Supply
3
20
C9300-STACK-NONE
CISCO SYSTEMS (CISCOPRO)
No Stack Cable Selected
3
21
C9300-SPWR-NONE
CISCO SYSTEMS (CISCOPRO)
No Stack Power Cable Selected
3
22
C9300-48S-A
CISCO SYSTEMS (CISCOPRO)
Catalyst 9300 48 GE SFP Ports, modular uplink Switch
2
23
C9300-DNA-A-48S
CISCO SYSTEMS (CISCOPRO)
C9300 DNA Advantage, 48-Port Fiber Term Licenses
2
24
C9300-DNA-A-48S-3Y
CISCO SYSTEMS (CISCOPRO)
C9300 DNA Advantage, 48-Port Fiber, 3 Year Term LicenseService Duration: 10 Months
2
25
TE-EMBEDDED-T
CISCO SYSTEMS (CISCOPRO)
Cisco ThousandEyes Enterprise Agent IBN Embedded
2
26
TE-EMBEDDED-T-3Y
CISCO SYSTEMS (CISCOPRO)
ThousandEyes - Enterprise AgentsService Duration: 10 Months
2
27
D-DNAS-EXT-S-T
CISCO SYSTEMS (CISCOPRO)
Cisco DNA Spaces Extend Term License for Catalyst Switches
2
28
D-DNAS-EXT-S-3Y
CISCO SYSTEMS (CISCOPRO)
Cisco DNA Spaces Extend for Catalyst Switching - 3YearService Duration: 10 Months
2
29
C9300-NW-A-48
CISCO SYSTEMS (CISCOPRO)
C9300 Network Advantage, 48-port license
2
30
SC9300UK9-1713
CISCO SYSTEMS (CISCOPRO)
Cisco Catalyst 9300 XE 17.13 UNIVERSAL
2
31
PWR-C1-715WAC-P
CISCO SYSTEMS (CISCOPRO)
715W AC 80+ platinum Config 1 Power Supply
2
32
PWR-C1-715WAC-P/2
CISCO SYSTEMS (CISCOPRO)
715W AC 80+ platinum Config 1 SecondaryPower Supply
2
33
CAB-TA-NA
CISCO SYSTEMS (CISCOPRO)
North America AC Type A Power Cable
4
34
C9300-NM-8X
CISCO SYSTEMS (CISCOPRO)
Catalyst 9300 8 x 10GE Network Module
2
35
STACK-T1-50CM
CISCO SYSTEMS (CISCOPRO)
50CM Type 1 Stacking Cable
2
36
CAB-SPWR-30CM
CISCO SYSTEMS (CISCOPRO)
Catalyst Stack Power Cable 30 CM
2
37
SSD-240G
CISCO SYSTEMS (CISCOPRO)
Cisco pluggable USB3.0 SSD storage
2
38
TE-C9K-SW
CISCO SYSTEMS (CISCOPRO)
TE agent for IOSXE on C9K
2
39
C9K-ACC-RBFT
CISCO SYSTEMS (CISCOPRO)
RUBBER FEET FOR TABLE TOP SETUP 9200 and 9300
2
40
C9K-ACC-SCR-4
CISCO SYSTEMS (CISCOPRO)
12-24 and 10-32 SCREWS FOR RACK INSTALLATION, QTY 4
2
41
CAB-GUIDE-1RU
CISCO SYSTEMS (CISCOPRO)
1RU CABLE MANAGEMENT GUIDES 9200 and 9300
2
42
NETWORK-PNP-LIC
CISCO SYSTEMS (CISCOPRO)
Network Plug-n-Play Connect for zero-touch device deployment
2
43
SFP-10G-LR++=
CISCO SYSTEMS (CISCOPRO)
10GBASE-LR SFP Module, TAA compliant
4
44
GLC-SX-MMD++=
CISCO SYSTEMS (CISCOPRO)
1000BASE-SX SFP transceiver module, MMF, 850nm, DOM
168
o All items must be TAA Compliant and approved by USAF TPS ISSM Authorizing Authority.
o The contractor shall meet the above requirements no later than 31 October 2025.
Please see attached Statement of Objectives for further details. Interested parties must be able to meet the following requirements:
(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR 6.206, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The FAR 19.1405 set-aside procedures will be used for requirement.
(ii) Solicitation Number: F1STAB5164A001**Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote.
Offerors may utilize the attached Statement of Objectives (SOO) to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for this requirement, up to including installation and delivery costs.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-04, DFARS Change 03/26/2024 and DAFAC 2023-0707.
(iv) The North American Industry Classification System (NAICS) number for this acquisition is 335313 “Switchgear and Switchboard Apparatus Manufacturing” with a size standard of 1,250 employees.
(v) Delivery: Delivery must be made by 31 October 2025 after date of award.
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Tradeoff process.The award will be made on the basis of the factors and significant subfactors that will affect contract award, and their relative importance shall be clearly stated in the solicitation. The technical acceptability factor contains one non-cost subfactors: (1) Ability to provide the requested products. The agency will first rank quotations according to estimated delivery date, from earliest to longest, and will evaluate the quickest estimated delivery date quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors:
1.Estimated Delivery Date of no later than 31 October 2025.
2. Technically Acceptability
The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on Tradeoff.
(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions— Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment.
Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 19 August 2025 at 16:30 PM, Pacific Daylight Time (PDT).
Offers must be sent via email to both Cole Staron (Cole.Staron@us.af.mil) AND Brianna Vicsotka (brianna.vicsotka.1@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Cole Staron
Contract Officer:
brianna.vicsotka.1@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 16:30 PM PDT on 19 August 2025. Please send all questions to the buyer via email at cole.staron@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.