This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
(ii) The solicitation number is FA468625QC012, and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
(iv) This requirement will be 100% small business set-aside IAW FAR 19.5. and the associated NAICS code is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing and a small business size standard of 1250 Employees.
(v) Description of requirement: The 9th Operations Support Squadron (9 OSS) seeks to improve the efficiency and reliability of Ground-to-Air radio maintenance at Beale AFB through the acquisition of the Viavi CX 300 ComXpert. This system, recommended by a Subject Matter Expert (SME) at Headquarters Air Force Flight Standards Agency, will replace our aging and unsupported legacy equipment. The Viavi CX 300 Comxpert streamlines the installation, calibration, and certification of General Electric VHF/UHF radio equipment by consolidating the functions of six individual instruments. 9 OSS is requesting the brand name of the following items.
ITEMS REQUESTED:
-One (1) Viavi CX300 ComXpert with the following accessories:
- One (1) CX300-SCAA - Cable and Antenna Analysis (DTF / VSWR / IL / RL)
- One (1) CX300-ASOL - Accessory, Short, Open, Load
- One (1) CX300-SCLC - Checklist Configurator.
- One (1) CX300-ACH - Carrying Case, Hard Transit
- One (1) USAF - CM300/350 Kit
- One (1) CX300-C9001; CX300 Calibration Certificate with test data - ISO 9001
- One (1) CX300-SILVER-5 - 5 Year Silver Care; extended warranty & calibration
(ix) The provision at 52.212-2, Evaluation - Commercial Products and Commercial Services, applies to this acquisition and the lowest priced quote will be evaluated based on the technical criteria below:
Factor 1: Technical
Sub-Factor 1.1: Product Specification: The Offeror meets this sub- factor when its proposed products meet the specifications as outlined in the Statement of Need. Attached with the quote, the Offeror shall provide a data specification sheet that clearly outlines the equipment needed as stated in the Statement of Need.
Sub- Factor 1.2: Delivery: The Offeror meets this sub-factor when its quote clearly specifies a delivery date that meets the minimum requirement as outlined in the statement of need.
Factor 2: Price
Price will be evaluated for fair and reasonableness using price analysis techniques. The total evaluated price (TEP) will include all CLINs. Offerors with technically unacceptable proposals will not be evaluated for price. (x) Offerors shall include a completed copy of the provision at 5.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions- Commercial Products and Commercial Services, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services, applies to this acquisition.
(xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements.
(xiv) The Defense Priorities and Allocation Systems (DPAS) and assigned rating is not applicable.
(xv) Offers are due on 21 August 2025 at 10:00 AM PST to the POCs identified in the Contact Information Section of this notice.