FA2823â20âQâ9006
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:
ï· Qty:4 Intel Xeon Processors, 24 Cores Each
ï· 512GB ECC Memory
ï· NVIDIA Quadro P2000 5GB GDDR5 Workstation Video Card
ï· SAMSUNG 860 Pro Series 2.5" 4TB SATA III Solid State Drive (SSD)
ï· 4 X Seagate Enterprise 10TB 7200 RPM 256MB Cache SATA III 3.5" Enterprise Hard
Drive
ï· 16x BlueRay DVD CD Blu-ray Burner
ï· 2 X 28-inch 4K LED Monitor with HDMI & DP Ports
ï· Wired USB Keyboard and Mouse
ï· 3DConnexion SpaceMouse Pro 3DX-700040
ï· Windows 10 Pro
ï· 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
FA2823â20âQâ9006
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:
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
FA2823â20âQâ9006
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
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'