Federal Bid

Last Updated on 14 Mar 2020 at 3 AM
Sources Sought
Eglin air force base Florida

Titan X650

Solicitation ID AFTC
Posted Date 21 Feb 2020 at 8 PM
Archive Date 13 Mar 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2823 Aftc Pzio
Agency Department Of Defense
Location Eglin air force base Florida United states 32545

FA2823‐20‐Q‐9006

SOURCES SOUGHT/REQUEST FOR INFORMATION

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command

(AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking

capabilities statement from all potential sources, including small businesses (SB), 8(a),

HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned

(WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of

providing the brand name or equal requirement described below:

Brand name or equal to the Titan X650 - Quad CPUs Intel Xeon E7-4800 / E7-8800 V4 Series

HPC Super Workstation and related items on the attached materials list.

Equal item must include:

 Qty:4 Intel Xeon Processors, 24 Cores Each

 512GB ECC Memory

 NVIDIA Quadro P2000 5GB GDDR5 Workstation Video Card

 SAMSUNG 860 Pro Series 2.5" 4TB SATA III Solid State Drive (SSD)

 4 X Seagate Enterprise 10TB 7200 RPM 256MB Cache SATA III 3.5" Enterprise Hard

Drive

 16x BlueRay DVD CD Blu-ray Burner

 2 X 28-inch 4K LED Monitor with HDMI & DP Ports

 Wired USB Keyboard and Mouse

 3DConnexion SpaceMouse Pro 3DX-700040

 Windows 10 Pro

 See attached List of Materials for complete breakout of parts.

All interested vendors shall submit a response demonstrating their capability to provide these

items to the Primary Point of Contact listed below. Proposals are not being requested or

accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered

offers and cannot be accepted by the Government to form a binding contract. No solicitation

(Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.

The decision to solicit for a contract shall be solely within the Government’s discretion.

The NAICS Code assigned to this acquisition is 334111, Electronic Computer Manufacturing,

with a small business size standard of 1,250 employees. Respondents should indicate their size

in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone,

EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a

Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees

on this effort. The Government reserves the right to consider a small business set-aside based

FA2823‐20‐Q‐9006

upon responses hereto for any subsequent action. All prospective contractors must be registered

in the System for Award Management (SAM) database to be awarded a DoD contract. No setaside

decision has been made. Note that a key factor in determining an acquisition to be a Small

Business Set Aside is that small business prime contractors must perform at least 50% of the

effort, as defined in FAR Clause 52.219-14.

Any information submitted by respondents to this sources sought is voluntary. This sources

sought notice is not to be construed as a commitment by the Government, nor will the

Government reimburse any costs associated with the submission of information in response to

this notice. Respondents will not be individually notified of the results of any government

assessments. The Government’s assessment of the capability statements received will factor into

whether any forthcoming solicitation will be conducted as a full and open competition or as a

set-aside for small business, or any particular small business program.

CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that

explicitly demonstrates their capability to provide/perform the requirement stated in this notice.

The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet

the stated requirement. The response must not exceed 4 pages.

Responses may be submitted electronically to the following e-mail address:

[email protected]

[email protected]

Correspondence sent via email shall contain a subject line that reads “FA2823-20-Q-9006, Titan

X650.” If this subject line is not included, the e-mail may not get through e-mail filters at Eglin

AFB. Filters are designed to delete emails without a subject or with a suspicious subject or

attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted.

Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other

attachments may be deleted.

The Government may or may not use any responses to this sources sought as a basis for a

subsequent project/requirement. Any project/requirement developed from the sources sought

responses may be the subject of a subsequent acquisition; any such subsequent acquisition will

be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned.

The Government is under no obligation to acknowledge receipt of the information received, or

provide feedback to the respondents with respect to any of the information submitted under this

sources sought. No requests for a bid package or solicitation will be accepted; a bid package or

solicitation does not exist at this time. In order to protect the integrity of any possible future

acquisition, no additional information will be provided and no appointments for presentations

will be made in reference to this sources sought.

Only government employees will review submitted responses to this sources sought.

Respondents are advised that employees of commercial firms under contract with the

Government may be used to administratively process submissions and perform other

FA2823‐20‐Q‐9006

administrative duties requiring access to other contractor’s proprietary information. These

administrative support contractors include nondisclosure agreements prohibiting their contractor

employees from disclosing any information submitted by other contractors or using such

information for any purpose other than that for which it was furnished.

RESPONSES ARE DUE NO LATER THAN 12:00 P.M. NOON (CST) ON 27 February

2020.

Direct all questions concerning this requirement to Elizabeth Davis at

[email protected], or the alternate contracting specialist, Lindsay Holdsworth at

[email protected]

JOHN P. MINER, 2d Lt, USAF

Contracting Officer

MINER.JOHN.PITM

AN.1296654040

Digitally signed by

MINER.JOHN.PITMAN.1296654040

Date: 2020.02.21 12:38:20 -06'00'

Bid Protests Not Available

Similar Past Bids

Norristown Pennsylvania 12 Jun 2024 at 9 PM
New york New york Not Specified
New york New york Not Specified
Bethesda Maryland 02 May 2023 at 8 PM
Location Unknown 18 Aug 2009 at 7 PM

Similar Opportunities

Hanscom air force base Massachusetts 28 Jul 2025 at 9 PM
Ridgeland Mississippi 10 Jul 2025 at 6 PM
Philadelphia Pennsylvania 28 Jul 2025 at 4 AM
Philadelphia Pennsylvania 28 Jul 2025 at 4 AM
Philadelphia Pennsylvania 04 Aug 2025 at 4 AM