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.