Closed Solicitation · DEPT OF DEFENSE

    SERVERS AND EQUIPMENT

    Sol. FA875125Q0156Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ROME, NY
    Closed
    STATUS
    Closed
    closed Sep 26, 2025
    POSTED
    Sep 22, 2025
    Publication date
    NAICS CODE
    541519
    Primary industry classification
    PSC CODE
    7B22
    Product & service classification

    AI Summary

    The Department of Defense is seeking quotes for servers and equipment under solicitation FA875125Q0156. This is a total small business set-aside, requiring factory-new items with firm fixed pricing, including shipping. Offerors must comply with specific labeling and invoicing requirements. Quotes are due by September 26, 2025.

    Contract details

    Solicitation No.
    FA875125Q0156
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 22, 2025
    Response Deadline
    September 26, 2025
    NAICS Code
    541519AI guide
    PSC / Class Code
    7B22
    Issuing Office
    FA8751 AFRL RIKO
    Primary Contact
    Tiffany Slopka
    City
    ROME
    State
    NY
    ZIP Code
    13441-4514
    AI Product/Service
    both

    Description

    Solicitation FA875125Q0156 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250825. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

    This procurement is being issued as a Total Small Business set-aside, under NAICS code 541519 and small business size standard 150 employees. 

    The contractor shall provide the items in the list of materials on a brand name, firm fixed price basis including the cost of shipping FOB Destination. See Attachment No. 2 for List of Materials. See Attachment No. 3 for Brand Name Justification.

    Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

    Items must be factory-new; unless otherwise stated in the List of Materials.

    DELIVERY

    The place of delivery, acceptance and FOB Destination point is:

    DoDAAC: F4HBL1

    CountryCode: USA

    AFRL RIOLSC

    AF BPN NO MILSBILLS PROCESSES

    120 ELECTRONIC PKWY

    ROME, NY 13441-4516

    UNITED STATES

    CONTRACT ADMINISTRATION DATA

    Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. 

    Note that the clause at 252.211-7003 is included in this solicitation.  Agency specific guidance is provided below:

    For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.

    UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.

    (A)LABEL:

    If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.

    If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.

    Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.

    All responsible organizations may submit a quote, which shall be considered.

    TERMS AND CONDITIONS

    The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.

    The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025) applies to this acquisition.

    (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

    52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))

    52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 

    52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

    52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

    52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 

    52.233-3, Protest After Award

    52.233-4, Applicable Law for Breach of Contract Claim

    (b) 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 to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

    52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

    52.204-27, Prohibition on a ByteDance Covered Application

    52.204-28, Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts

    52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition

    52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

    52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008

    52.219-13, Notice of Set-Aside of Orders

    52.219-28, Post Award Small Business Program Representation

    52.222-3, Convict Labor

    52.222-19, Child Labor—Cooperation with Authorities and Remedies

    52.222-36, Equal Opportunity for Workers With Disabilities

    52.222-50, Combating Trafficking in Persons

    52.223-23, Sustainable Products and Services

    52.225-13, Restrictions on Certain Foreign Purchases

    52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving

    52.232-33, Payment By Electronic Funds Transfer—System For Award Management

    52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

    The following additional FAR and FAR Supplement provisions and clauses also apply:

    52.204-7 System for Award Management

    52.204-16, Commercial and Government Entity Code Reporting

    52.204-18, Commercial and Government Entity Code Maintenance

    52.204-21, Basic Safeguarding of Covered Contractor Information Systems

    52.204-22, Alternative Line Item Proposal

    52.247-34, FOB Destination

    52.252-1 Solicitation Provisions Incorporate by Reference

    52.252-2 Clauses Incorporated by Reference

    252.203-7000, Requirements Relating to Compensation of Former DoD Officials

    252.203-7002 Requirement to Inform Employees of Whistleblower Rights

    252.203-7005, Representation Relating to Compensation of Former DoD Officials

    252.204-7003 Control of Government Personnel Work Product

    252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    252.204-7024, Notice on the Use of the Supplier Performance Risk System

    252.211-7003, Item Identification and Valuation

    Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A

    Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description: 'N/A'

    Para (c)(1)(iii). Attachment Nr.: 'N/A'

    Para (c)(1)(iv). Attachment Nr.: 'N/A'

    Para (f)(2)(iii). 'N/A'

    252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

    252.223-7008, Prohibition of Hexavalent Chromium

    252.225-7013 Duty Free Entry

    252.225-7048 Export-Controlled Items
    252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime
    252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
    252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation.
    252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
    252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015)
    252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (DEVIATION 2020-O0015
    252.227-7015, Technical Data--Commercial Products and Commercial Services (10 U.S.C. 2320)
    252.227-7037, Validation of Restrictive Markings on Technical Data
    252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
    252.232-7006, Wide Area Workflow Payment Instructions
    252.232-7010, Levies on Contract Payments
    252.239-7017, Notice Of Supply Chain Risk
    252.239-7018, Supply Chain Risk (Section 806 of Pub. L. 111-383)
    252.244-7000, Subcontracts for Commercial Items
    252.246-7008, Source of Electronic Parts
    252.247-7023, Transportation of Supplies by Sea – Basic

    5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil

    REPRESENTATIONS AND CERTIFICATIONS

    Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025).

    52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (NOV 2021).

    252.204-7017, Prohibition on the Acquisition Of Covered Defense Telecommunications Equipment Or Services—Representation (May 2021)

    252.225-7020, Trade Agreements Certificate (NOV 2014)

    For your convenience all referenced certifications are attached to this solicitation (Attachment No. 1).

    INSTRUCTIONS

    Electronic copies of quotes are due at or before 3 PM ET, 26 September 2025.  Quotes shall be submitted to tiffany.slopka@us.af.mil.
     

    Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered.
               

    If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

    Contract award. The Government intends to evaluate offers and award an order without interchanges with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

    EVALUATION

    The following factors shall be used to evaluate offers: technical acceptability and price. The Government intends to award to the lowest priced, technically acceptable offeror. In determining technical acceptability, the Government will evaluate the items offered for compliance with the products listed above. All evaluation factors when combined are approximately equal.

    Key dates

    1. September 22, 2025Posted Date
    2. September 26, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SERVERS AND EQUIPMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.