Proposals are requested for commercial items. Funds are not currently available, and the government reserves the right to cancel the solicitation. Vendors must be registered in SAM. The government will not provide contract financing. Invoice instructions will be provided at the time of award. Offerors must possess a Secret Facility Clearance (FCL). The solicitation number is FA252125QB142. The contractor will provide hardware, software, and **** technical support as stated in the attached Statement of Objectives (SOO). The purpose is to enable secure data
transfer from NIPR to SIPR at Patrick SFB and Cape Canaveral SFS. The requirement is solicited as a brand name or equal. FOB destination shall be quoted for supplies delivered within the United States. Shipping costs should be included in the total quoted price. The requested delivery date is within 90 days of award. The RFQ due date is September 2, 2025, at 2:00 PM Eastern Time. Questions due date is August 26, 2025, at 2:00 PM Eastern Time. Email communication and submissions should be sent to both ***@***. *. * and ***@***. *. * must include GSA number, expiration date (if applicable), UEI number, CAGE code, estimated delivery time, payment terms, standard commercial warranty, quote expiration date, FOB, and whether shipping cost is included. The offeror shall submit an electronic technical quote demonstrating the ability to meet requirements. The quote shall provide sufficient detailed information demonstrating technical capability, including product characteristics, installation services, and design capability. The technical quote shall address the length of time the vendor will require for completion and delivery of the item. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions. Late submissions, modifications, revisions, and withdrawals of offers are handled in accordance with FAR 52. 2121f. The government reserves the right to purchase some, all, or none of the items. The government intends to award a firm-fixed-price contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Award will be made to the offeror who is technically acceptable, provides the lowest price, and is deemed responsible. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. The following factors may be used to evaluate offers: technical acceptability, price, and past performance. Offerors with derogatory marks or terminations for default cause will not be considered for award. The items in this solicitation are identified as brand name or equal. Offers of equal products must meet the salient physical, functional, or performance characteristics specified in this solicitation. The offeror must be determined to be responsible by the contracting officer to be eligible for an award. A written notice of an award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The contractor shall comply with the FAR clauses incorporated in this contract by reference. The contractor shall comply with the FAR clauses in this paragraph b that the contracting officer has indicated as being incorporated in this contract by reference. The comptroller general of the United States, or an authorized representative of the comptroller general, shall have access to and right to examine any of the contractor's directly pertinent records involving transactions related to this contract. The contractor is not required to flow down any FAR clause, other than those in this paragraph e1, in a subcontract for commercial products or commercial services. The extent of the flow down shall be as required by the clause ****, contractor code