This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA875125Q0094 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) 2025-03 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20250117
Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation, there are no applicable FASCSA orders.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This solicitation is unrestricted. The NAICS code is 334513 and small business size standard is 750 employees.
The contractor shall provide brand name (Attachment 1) on the products listed on the three (3) List of Materials attachment (Attachment 3) on a firm fixed price basis, including the cost of shipping FOB destination.
SHIP HARDWARE TO:
DoDAAC: F4HBL1
CountryCode: USA
AFRL RIOLSC
AF BPN NO MILSBILLS PROCESSES
120 ELECTRONIC PKWY
ROME, NY 13441-4516
UNITED STATES
Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.
Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new.
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
DELIVERY
The anticipated delivery date is 9 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (Nov 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441.
INSTRUCTIONS
The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.
Addendum to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3:00 PM Eastern Time Wednesday, 18 June 2025. Submit to: AFRL/RIKO, Attn: Leena Budhu, 26 Electronic Parkway, Rome NY 13441-4514 or by email to leenawattie.budhu.1@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.
(b)(11) 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, information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions 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 discussions 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; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
EVALUATION
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
- Price
The Government intends to make award to the lowest priced Offeror proposing the required Thorlabs branded items identified in Attachment No.3 List of Materials (LOM). NOTE: Three (3) separate LOM documents are attached to this request. Offers for other than Thorlabs branded items will not be considered for award.
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), as well as the following:
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)
252.225-7000, Buy American--Balance Of Payments Program Certificate – Basic
For your convenience all referenced certifications are attached to this solicitation (Attachment 2).
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 (DEC 2023) (Section 1634 of Pub. L. 115-91).
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note))
(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 (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328).
52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (DEC 2023)
52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (DEC 2023) ( Pub. L. 115–390, title II).
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JAN 2025), (31 U.S.C. 6101 note).
52.219-28, Post Award Small Business Program Rerepresentation (JAN 2025)(15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (JUN 2003) (E.O. 11755)
52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126).
52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212)
52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793)
52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025- O0004)) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l)
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) ( E.O. 13513)
52.232-33, Payment By Electronic Funds Transfer—System For Award Management (OCT 2018) (31 U.S.C. 3332)
52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.)
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-7, System for Award Management (NOV 2024)
52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
52.204-22, Alternative Line Item Proposal (JAN 2017)
52.247-34, FOB Destination (NOV 1991)
52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2, Clauses Incorporated by Reference (FEB 1998)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022).
252.204-7003, Control of Government Personnel Work Product (APR 1992)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023)
252.211-7003, Item Identification and Valuation (JAN 2023)
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 (JAN 2023)
252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7001, Buy American and Balance of Payments Program (FEB 2024)
252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022)
252.225-7012, Preference for Certain Domestic Commodities (APR 2022)
252.225-7013 Duty Free Entry (NOV 2023)
252.225-7048 Export-Controlled Items (JUN 2013)
252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (AUG 2024)(DEVIATION 2020-O0015)
252.225-7973, Prohibition on The Procurement Of Foreign-Made Unmanned Aircraft Systems—Representation (AUG 2024) (Deviation 2020-O0015)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023)
252.246-7008, Source of Electronic Parts (JAN 2023)
252.247-7023, Transportation of Supplies by Sea – Basic (OCT 2024)
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
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 DFAR 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 https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml. Please confirm in your proposal 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.