Search Contract Opportunities

Robins AFB Multiple-Award Network Equipment IDIQ

ID: FA850125R0005 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

DESCRIPTION OF REQUIREMENT:

The Network Equipment Indefinite-Delivery Indefinite-Quantity (IDIQ) requirement is for the purchase of Cisco brand name infrastructure hardware and any incidental warranty services for the installation, sustainment, development, and expansion of Robins AFB NIPR/SIPR infrastructure and its facilities. Also included is supplies supporting the deployment of new technology within the Robins AFB NIPR/SIPR infrastructure.

The contract will be structured as a single five-year ordering period that is not to exceed five (5) years or 1825 Calendar Days from the date of Award.

Ordering Period one (CLIN 0001) will be 1 through 1825 days after contract award.

The Network Equipment IDIQ Program intends to award up to five (5) contracts at the time of initial award, with the potential to select up to five (5) reserves for potential for fututre on-ramping capabliity.

Offerors who meet the Special Standards of Responsibility (SSRs) and other submission requirements will be ranked from lowest to highest price.

Special Standards of Responsibility

NOTE: Special Standards of Responsibility IAW FAR 9.104-2, are below, and required by this RFP. The offeror shall provide documentation exhibiting proof of the following:

a. Cisco Gold Partner Certification

b. Cisco US Federal Authorization Partner Designation

c. Unison Marketplace Reverse Auction Registration/Participation

Orders placed within this five year ordering period shall not extend more than six months beyond the last day of the ordering period.

This acquisition requires the use of other than full and open competition IAW FAR 6.302-1(c) to procure brand name Cisco items and associated peripheral hardware.

  • Government Obligation to Order:
  • Minimum: $1,000.00 Dollars, U.S.
  • Maximum: $84,556,394.40 Dollars, U.S.
  • Allowed Per Order:
  • Minimum: $1.00 Dollars, U.S.
  • Maximum: $10,000,000.00 Dollars, U.S.

The Government is not responsible for any costs incurred or associated with preparation and submission of a proposal in response to this solicitation, or solicitations at the order level.

Attached is an itemized equipment list (IDIQ Attachment 1) for items anticipated to be purchased throughout the five-year ordering period. Contractors shall have the capability to provide any item listed within the equipment list.

Awarding Orders Under Multiple Award Contracts:

All delivery orders will be competed using Fair Opportunity Proposal Request procedures IAW FAR 16.505 or use of Reverse Auction Procedures IAW FAR 17.804.

All multiple award contractors shall be provided a fair opportunity to be considered for each order in excess of the micro-purchase threshold

Additional Requirements

This contract will be designated as Defense Priorities and Allocations System (DPAS) rated, with a DO-A7 priority rating, requiring delivery within 90 days or less. This prioritization is certified due to the critical nature of the equipment for national defense, emergency preparedness, and energy programs, as defined under 15 CFR Part 700 (DPAS). Vendors must adhere to all requirements outlined in this regulation. Partial shipments and partial payments are not authorized.

The vendor shall source all Cisco products Directly from Cisco and the Vendor confirms to have sourced all new Cisco products submitted in this offer directly from manufacturer. No refurbished/recertified products will be accepted. No substitutions of any Cisco products will be considered.

TAA: The vendor shall indicate TAA compliance as part of their quote. The Trade Agreements Act (TAA), states that products must be manufactured or "substantially transformed" in the United States or a TAA "designated country".

Vendors shall ensure that all Cisco equipment is added and licensed in accordance with the instructions.

No Foreign Contractors will be considered for this requirement.

Please see/complete attached SF1449 for additional information and instructions to offerors.

Background
The Network Equipment Indefinite-Delivery Indefinite-Quantity (IDIQ) contract is issued for the purchase of Cisco brand name infrastructure hardware and incidental warranty services.

This contract supports the installation, sustainment, development, and expansion of Robins AFB NIPR/SIPR infrastructure and its facilities. The goal is to facilitate the deployment of new technology within this infrastructure.

Work Details
The contract involves the procurement of Cisco brand name products with a minimum government obligation to order set at $1,000.00 and a maximum of $84,556,394.40.

Orders can range from a minimum of $1.00 to a maximum of $10,000,000.00 per order. Vendors must provide an itemized equipment list as detailed in IDIQ Attachment 1 and ensure that all Cisco products are sourced directly from Cisco without any refurbished or recertified items being accepted. The vendor must comply with the Trade Agreements Act (TAA), ensuring that products are manufactured or substantially transformed in the U.S. or a TAA designated country.

Period of Performance
The ordering period will last for five years or 1825 calendar days from the date of award.

Place of Performance
Robins Air Force Base.

Overview

Response Deadline
May 23, 2025, 5:00 p.m. EDT Past Due
Posted
May 8, 2025, 2:00 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Warner Robins, GA 31098 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
95% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/8/25 Air Force Sustainment Center issued Synopsis Solicitation FA850125R0005 for Robins AFB Multiple-Award Network Equipment IDIQ due 5/23/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334210 (SBA Size Standard 1250 Employees) and PSC 7C20.
Primary Contact
Name
Christopher Spina   Profile
Phone
None

Secondary Contact

Name
Cody Hammock   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA850125R0005

Opportunity Assistant

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation FA850125R0005

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA850125R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA850125R0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA850125R0005

Experts for Robins AFB Multiple-Award Network Equipment IDIQ

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8501 OPL CONTRACTING AFSC/PZIO
FPDS Organization Code
5700-FA8501
Source Organization Code
500022527
Last Updated
June 7, 2025
Last Updated By
christopher.spina@us.af.mil
Archive Date
June 7, 2025