1.0 INTRODUCTION
The 181st Intelligence Wing, Indiana Air National Guard; 800 Petercheff Street, Terre Haute IN 47803, has a requirement to provide mobile workstations.
ELIGIBILITY
The PSC for this requirement is 7B20; the NAICS is 334111 with a size standard of 1,250 Employees. All interested businesses are encouraged to respond.
DELIVERY
The anticipated delivery for the contract will be 90 days after award of contract. Delivery Location: 800 Petercheff Street, Terre Haute IN 47803.
2.0 REQUIREMENTS DESCRIPTION
The government intends to award a firm-fixed price contract for the following items. Offeror MUST provide product spec sheet or brochure for products.
CLIN 0001 - Mobile Workstations
QTY: Eight (8)
Unit of Measurement - Each
***Minimum Acceptable Specifications***
16 Core Intel Xeon
64 GB RAM
Self-contained, triple (3) screens 18.5 inch display setup
NVIDIA RTX A4000
1 TB SSD for Operating System
6TB SSD Storage Array
AC/DC battery
Windows 11 - 64bit
CLIN 0002 - Custom Transit Case for workstations and Batteries
QTY: 2
Unit of Measurement: Each
Request 2 custom transit cases that can hold 4 mobile workstations/battery per case OR 8 custom cases that can hold 1 mobile workstation/battery.
***Examples of acceptable products would be Maxvision MiniPac, NotePac III PRO V Rugged Portable System, etc.***
***Offeror MUST provide product spec sheet or brochure, so specifications can be reviewed for technical acceptability.***
Please note, only one invoice may be submitted upon successful delivery of products.
4.0 QUOTATION DETAILS
Vendors are invited to submit their quotes electronically by June 20, 2025 at 2:00 pm. In accordance with (IAW)Federal Acquisition Regulation (FAR) 4.1102(a) and FAR Provision 52.204-7, System for Award Management, quoters are required to be registered in theSystem for Award Management (SAM) (https://sam.gov/) at the time quotation is submitted in order to comply with the Annual Representations andCertifications requirement. Quotes shall include; Company Name, Company Address, UEI Number, Cage Code, GSA Contract Number, Identify items onquote which are open market or covered under active GSA Federal Supply Schedule, Blanket Purchase Agreement or IDIQ.
5.0 EVALUATION
Submitted quotations will undergo a "best value" evaluation. Evaluation factors include, technical acceptability, specification review, pricing and delivery time. Non-price evaluation factors are less important than price. Product specification and delivery will be rated on a 0-3 scale, 0 - Not Sufficient/Acceptable, 1 - Sufficient, 2 - Above Sufficiency, 3 - Significantly Above Sufficiency. The goverment reserves the right to review any combination of the specification outline above to determine quote rating. The government may reject any or all offers if such action is in the public interest; may accept technically acceptable offers other then the lowest offer; and waive informalities and minor irregularities in offers received. For your quotes to be considered for award, quotations must include all items listed above.
6.0 DISCUSSIONS
The government may choose to withhold discussions and award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the government; technical capability, pricing, and delivery time considered.
7.0 CONTACT INFORMATION
For any further inquiries about this RFQ, please email MSGT Levi Schutter, levi.schutter@us.af.mil or 1st Lt. Jacob Johnson, jacob.johnson.46@us.af.mil