FA251726Q0018
Amendment 1 - macOS Workstations
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > FA2517 21 CONS BLDG 350
Quick analysis
FA251726Q0018 is a Space Force RFQ for commodity macOS workstations and peripherals for Peterson SFB, set aside 100% for SDVOSB under NAICS 334111.
Trace Systems is not an SDVOSB per company profile, creating a hard eligibility blocker for prime bidding; compliance risk is disqualifying.
The buy is a small, price-driven, Firm-Fixed-Price purchase order with Acceptable/Unacceptable technical checks and minimal strategic value to Trace’s core lanes.
Scope summary
- Provide specified Apple-equivalent hardware per Table 1 (Mac Studio M3 Ultra 256GB/8TB; Studio Displays; Promise Pegasus32 R8 32TB; Magic Keyboard/Mouse).
- Deliver FOB Destination to Peterson SFB within 120 days ARO (Amendment 1; original stated 90 days).
- Submit 5-page maximum quote: Part I Price; Part II Technical Documentation demonstrating minimum specs and delivery capability.
- Register in SAM.gov and complete reps/certs; adhere to FAR Part 12 and incorporated FAR/DFARS clauses; accept WAWF invoicing.
Dimension scores
Scope is a commodity hardware buy (Apple Mac Studio workstations, displays, RAID, peripherals) with lowest-priced-acceptable evaluation. This is outside Trace’s core differentiated lanes (SATCOM/LEO, CDS/NSA TI, M-DRIVE, MPE, edge compute) per company profile.
Trace has DoD/USAF/USSF experience, but not documented commodity Apple hardware supply. Agency familiarity exists, yet mission type is not aligned with Trace’s past performance strengths; limited transferability.
RFQ is not on a restricted contract vehicle Trace holds; access is via open RFQ mechanics. However, it is set aside for SDVOSB which is an eligibility constraint captured under Compliance, not vehicle access.
Set-aside requires SDVOSB prime. Trace is not SDVOSB (company profile). This is a clear competitive disqualifier for prime bidding.
Very high pursuit risk driven by eligibility mismatch (SDVOSB), price-only selection, and commodity supply where Trace lacks advantage. Even as a sub, schedule and OEM supply availability risks offer little mitigation relative to low value.
Transactional, low-dollar commodity purchase with no clear link to Trace’s strategic lanes or vehicles. NAICS 334111 is listed in lower BD priority for Trace; no strategic expansion or leverage identified.
100% SDVOSB set-aside (NAICS 334111). Trace is not SDVOSB per company profile; this is a prime eligibility blocker. SAM/reps/certs and WAWF are routine but moot given set-aside mismatch.
Concerns
- Eligibility blocker: 100% SDVOSB set-aside; Trace is not SDVOSB.
- Commodity supply with lowest-priced-acceptable evaluation reduces differentiation potential.
- Potential OEM lead times for Apple hardware could threaten 120-day ARO if inventory constrained.
- Minor inconsistency between original (90 days) and Amendment 1 (120 days) delivery requirements—Amendment governs.
Teaming opportunities
- Would require an SDVOSB prime reseller/fulfillment partner to participate even as a subcontractor.
- No identified Apple-focused SDVOSB partner in evidence; gap in rapid sourcing channel for specified configurations.
Competitive position
- If teaming as sub to an SDVOSB, emphasize rapid delivery confirmation and compliant equivalency documentation.
- Price competitiveness and proven DoD fulfillment/WAWF proficiency.
Bid/No bid factors
- Set-aside type mismatch: SDVOSB required; Trace not eligible—likely disqualifier.
- Commodity hardware RFQ with minimal strategic value to Trace’s core capabilities.
- Attachment 1 clauses partially unread due to size; remaining terms unknown but unlikely to change set-aside blocker.
- NAICS 334111 is a lower BD priority for Trace, per company profile.
Documents
Download all
Amendment 1 Solicitation FA251726Q0018 macOS Workstations.pdf
Download
Air Force / Space Force RFQ (FA251726Q0018, Amendment 1) for macOS workstations and peripherals for HQ CFC/PA at Peterson Space Force Base (Colorado Springs, CO). Solicitation is a 100% SDVOSB small-business set-aside (NAICS 334111), will result in a firm-fixed-price purchase order, and evaluates offers using lowest-evaluated-price that meets acceptability of technical documentation (priced-quote ordering with technical Acceptable/Unacceptable check). Quotes due 13 Apr 2026 1000 AM MT; questions due 6 Apr 2026 1500 MT.
- Solicitation: FA251726Q0018 (Amendment 1) — RFQ for macOS Workstations directed to HQ CFC/PA, Peterson SFB, CO (Place of Performance: Colorado Springs, CO 80914).
- Set-aside: 100% Small Disabled Veteran-Owned Small Business (SDVOSBC); NAICS code 334111 (Electronic Computer Manufacturing); size standard 1,250 employees — eligibility/set-aside is a primary constraint for bidders.
- Award instrument & terms: Firm-Fixed-Price Purchase Order; prices must be held firm for 60 calendar days (unless otherwise specified); Government will not provide contract financing.
- Evaluation method: Lowest evaluated price among quotes that receive an “Acceptable” technical rating (priced quote ordered low-to-high; technical documentation evaluated Acceptable/Unacceptable for lowest-priced offeror, then next-lowest as needed).
- Delivery/PO performance: FOB destination = Peterson Space Force Base; required delivery on or before 120 days after award for all CLINs.
- Scope / line items (Table 1): CLIN 001 Mac Studio (Apple M3 Ultra; 256GB unified memory; 8TB SSD) – qty 3; CLIN 002 Apple Studio Display 27-inch 5K – qty 6; CLIN 003 Promise Pegasus32 R8 RAID 32TB – qty 3; CLIN 004 Apple Magic Keyboard (USB-C) – qty 3; CLIN 005 Apple Magic Mouse (USB-C) – qty 3.
- Submission requirements & constraints: Quotes limited to 5 pages (one page = one side of 8.5x11 single-spaced min 10 pt); no .zip files accepted via AF/SF email; SAM.gov registration and completed reps & certs required for award consideration.
- Deadlines & points of contact: Questions NLT 3:00 PM MT, 6 Apr 2026 to A1C William Bailey (william.bailey.56@spaceforce.mil) and Contracting Officer Stephen Carr (stephen.carr.12@spaceforce.mil); Quotes due NLT 1000 AM MT, 13 Apr 2026 submitted to william.bailey.56@spaceforce.mil and kristina.worthing@spaceforce.mil.
- Technical documentation requirement: Offeror must supply paperwork proving products meet minimum specs in Table 1; part numbers may vary but must substantiate equivalence; failure to demonstrate delivery within 120 days may render quote technically unacceptable.
- Administrative: Tailored FAR 52.212-2 and addenda apply (FAR Part 12 commercial items); incorporates provisions/clauses through FAC 2026-01; award may be made without discussions.
- Page/format limits and email handling: 5-page limit enforced; no .zip allowed through AF/SF network (email attachments constraint).
Attachment 1 - Solicitation Provisions and Clauses.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 2 of 3 only) of the solicitation provisions and clauses for FA251726Q0018; contains FAR/DFARS clause list, WAWF (Wide Area Workflow) payment instructions and routing data, Offeror identification and representations provisions, and FLDCOM ombudsman contact information. Remaining section(s) were not included in the extraction and therefore not summarized.
- Document is the solicition provisions/clauses for FA251726Q0018 (commercial items RFQ).
- WAWF (Wide Area Workflow) payment instructions included (DFARS 252.232-7006) and WAWF registration required.
- WAWF routing table with DoDAACs: Pay Official DoDAAC = F87700; Issue By DoDAAC = FA2517; Admin DoDAAC = FA2517; Inspect/Ship To = F3KTK3.
- Payment document types specified (Invoice 2in1 for services, cost vouchers for cost-type line items, progress/performance based requests, commercial financing).
- Incorporates multiple FAR clauses by reference and in full text (examples: 52.204-90 Offeror Identification; 52.209-11 corporate representations; 52.232-33 EFT; 52.232-40 accelerated payments to small business subcontractors).
- DFARS cybersecurity and supply-chain clauses present (252.204-7012 Safeguarding Covered Defense Information; 252.204-7018 prohibition on covered telecom; 252.246-7008 Sources of Electronic Parts).
- Supplemental clause FLDCOM Ombudsman with named contact: Mr. Erik Symanski (Peterson SFB CO) and email/phone provided for bid protest/concern resolution channels.
- Listing indicates Representations, Certifications & Other Statements are attachments (expect standard commercial FAR/DFARS representations to be required).
- Provision 52.204-90 requires offerors to provide UEI, TIN, CAGE and ownership/predecessor info if SAM registration is not active at time of offer.
- Partial review limitation: only sections 1_of_3 and 2_of_3 were provided; other clauses/attachment details may appear in missing section(s).
Solicitation FA251726Q0018 macOS Workstations v1.pdf
Download
Air Force / Space Force RFQ (FA251726Q0018) for macOS workstations and peripherals for HQ CFC/PA at Peterson Space Force Base, CO. Solicitation is a 100% SDVOSB small-business set-aside, requests firm-fixed-price quotes due 13 Apr 2026 (1000 AM MT), and requires delivery on or before 90 days after award. Evaluation is lowest-priced-acceptable (price ordered then lowest-priced offer evaluated Acceptable/Unacceptable on technical documentation); award will be a FFP purchase order.
- Set-aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC).
- NAICS: 334111 - Electronic Computer Manufacturing; size standard 1,250 employees.
- Place of performance: Peterson Space Force Base / Colorado Springs, CO (zip 80914); FOB point Peterson SFB.
- Deliverables (Table 1): 3x Apple Mac Studio (M3 Ultra, 256GB mem, 8TB SSD), 6x Apple Studio Display 27" 5K, 3x Promise Pegasus32 R8 RAID 32TB, 3x Apple Magic Keyboard (USB-C), 3x Apple Magic Mouse (USB-C).
- Delivery requirement: on or before 90 days after receipt of award for all CLINs.
- Award type: Firm-Fixed-Price Purchase Order; Government will not provide contract financing.
- Evaluation method: Addendum to FAR 52.212-2 — Government ranks quotes by price, then lowest-priced offer must pass Technical Documentation on Acceptable/Unacceptable basis; next-lowest considered if unacceptable.
- Submission constraints: Quotes due 13 Apr 2026 1000 AM MT; questions due NLT 3:00 PM MT 6 Apr 2026; submit quotes to named contracting staff emails; response limited to max 5 pages (one side = one page), min 10pt font; .zip attachments not acceptable via AF/SF network email.
- Administrative requirements: All companies must be registered in SAM.gov and complete reps and certs for evaluation; quote must state firm for 60 calendar days.
- Contacts: Contract Specialist A1C William Bailey (william.bailey.56@spaceforce.mil) and Contracting Officer Kristina Worthing (kristina.worthing@spaceforce.mil) — questions to both Bailey and Stephen Carr per doc.
- Packaging of quote: Quote split into Part I (Priced Quote) and Part II (Technical Documentation) with specific format requirements; failure to meet technical documentation or 90-day delivery may render quote unacceptable.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: fm_000538
Notice lineage:
- 1b21355ec316457e8b01149ba6557066 (posted 2026-04-02) - current
- c3f2bed3d48543c18de6677babe2822e (posted 2026-03-30)
Last synced: 2026-04-09T18:41:15.976019+00:00
Last analyzed: 2026-04-09T18:42:45.349583+00:00
Latest package fingerprint: 02f3a5cd1ab6d0bd4e5b06edde7bddcfced3e7dab23b009eeecc1ad14c6d39c0
Latest package notice: 1b21355ec316457e8b01149ba6557066
Latest package documents: 3
Evidence limitations- Attachment 1 - Solicitation Provisions and Clauses.pdf: partially reviewed (too large)
- 2026-04-09T18:41:15.981167+00:00: 1b21355ec316457e8b01149ba6557066 with 3 docs
- 2026-03-30T22:48:44.260902+00:00: c3f2bed3d48543c18de6677babe2822e with 2 docs
- 2026-03-30T19:20:29.590009+00:00: c3f2bed3d48543c18de6677babe2822e with 2 docs
Labels
Human notes
No human notes yet.