This is a combined synopsis/solicitation for commercial commodities prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.
This is a competitive Request for Quote (RFQ) with solicitation number FA282325Q0079. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Purchase and Lease of Bird, Drone, and Maritime Surveillance Systems in accordance with (IAW) the Statement of Objectives (SOO) dated 20 August 2025 (Attachment 1) and Salient Characteristics dated 20 August 2025 (Attachment 2). MERLIN and HARRIER brand-name items or equal are necessary to meet the requirement. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and FAR Subpart 13.5 Simplified Acquisition Procedures for Certain Commercial Items, as supplemented. This procurement will be conducted as a 100% Small Business set-aside IAW FAR 52.219-6; please identify your business size in your response based upon this standard. Award will be made to the best value responsible offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements and other factors given consideration.
The North American Industry Classification System code (NAICS) is 334511 – SEARCH, DETECTION, NAVIGATION, GUIDANCE, AERONAUTICAL, AND NAUTICAL SYSTEM AND INSTRUMENT MANUFACTURING, with a size standard of 1,350 Employees. PSC is 6665 HAZARD-DETECTING INSTRUMENTS AND APPARATUS. A firm-fixed priced purchase order will be awarded. There will be no advanced payments.
The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers.
The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER..
CLIN Structure: See SF 1449 (Attachment 3).
The offer is not required to be submitted on the SF1449. 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.
FOB Destination Within Consignee's Premises in accordance with 52.247-35.
BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the Best Value. Offeror will be evaluated in accordance with FAR 13.106-2(b). See DF_BVD (Attachment 4) for evaluation factors.
Offerors must submit quotations for all items listed. Partial offers will not be considered for award.
In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
All offerors must be registered in SAM.gov, with current representations and certifications properly reflected in their SAM profile.
All offers must list the solicitation number, CAGE code, Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award.
Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
DEADLINES:
A SITE VISIT is scheduled for this requirement. Please refer to Attachment for further details.
Attendance is not mandatory to quote.
FAR 52.237-1 Site Visit is incorporated by reference in this solicitation.
Submit any questions to the attention of Lucia Stidam by email to liudmila.stidam@us.af.mil no later than 11:00 AM Central Standard Time on 02 September 2025.
Offers are due no later than 10:00 AM Central Standard Time on 10 September 2025.
Attachments:
1. SOO dated 20 August 2025
2. Salient Characteristics dated 20 August 2025
3. SF 1449
4. DF_BVD
5. Site Visit Instructions