This is a combined synopsis/solicitation for commercial products 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 solicitation, PANRSA-25-P-0000-008460-1, is issued as a Request for Quote (RFQ).
The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, published August 7, 2025.
This enclosure is an addendum to Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, which applies to this acquisition. Competitive quotes are being requested under RFQ Number PANRSA-25-P-0000 008460-1
The North American Industry Classification System (NAICS) code applicable to this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals and the small business size standard is 750 employees. The Product Service Code (PSC) applicable to this acquisition is 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS.
This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award.
DESCRIPTION OF REQUIREMENT.
The US Army Contracting Command - Redstone Services & IT Solution Branch, has a requirement to procure one (1) Dual Bridge or equivalent unit due to obsolescence and aging of existing test equipment and standards. The new equipment will provide accuracy and stability in resistance measurements.
PRODUCT DESCTIPTION:
The new Dual Bridge or equivalent unit shall include the following:
* High Resistance Coaxial Matrix Scanner: the Army requires system continuity in measurement architecture between current and upgraded scanners. The obsolesced 20 channel scanner utilizes coaxial relays that are not employed in any other matrix scanner aside from upgraded 10 channel scanners. (Required Quantity of 2)
* 1000Vdc Programable Voltage sources (Required Quantity of 2.)
* Input signal interface/Electrometer: (Required Quantity of 1.)
* 10MΩ-1TΩ Temperature Stabilized High Resistance Standard: Upgrade existing aging standard. (Required Quantity of 1.)
* Air Baths: The requirement air baths are to account for the variation in sizes of resistance standards that the Army supports such as High Resistance decade boxes and high resistance transfer standards that are much larger than single value resistance standards. (Required Quantity of 2.)
* Equipment Rack: The rack is an accessory that is desired to aid in portability of the system and to maintain/ protect the integrity of sensitive connections. The Army’s Dual Source High Resistance Bridge or equal to parts does not require an EMI shielded rack and based on historical measurement data it is not a requirement. (Required quantity of 1.)
-- SEE REDACTED JUSTIFICATION AND APPROVAL FOR MORE INFORMATION----
OFFEROR INSTRUCTIONS: The U.S. Government (USG) intends to award a Firm-Fixed-Price (FFP) award on the basis of best value, evaluating price and technical capability. Technical capability means a quote which provides required specifications detailed in the Product Description as well as demonstrating capability to fulfill the requirement. The USG reserves the right to make award based on initial quotes received, without discussions with vendors; therefore, the initial quote should contain the vendor's best terms.
EVALUATION FACTORS FOR AWARD:
A complete quote necessary to be adequately considered for award and shall consist of the following:
1. All items, including brand name items, as specified in the PRODUCT DESCRIPTION section as well as the quantities specified.
2. Delivery terms and conditions.
3. Unit price and subtotal price for each item listed in the PRODUCT DESCRIPTION section and a total price for all items.
4. Identification of any discounts and/or reductions to established rates or prices.
5. Full company name.
6. Identify business size
7. Identify Socio-economic status, if applicable.
8. Include Point of Contacts (POCs): name, position, office and mobile telephone numbers and email address.
9. Cage Code
10.Unique Entity Identifier (UEI) (ensure Representation and Certifications are up to date in SAM.gov)
11.GSA Schedule/Contract Number, if applicable
The minimum technical requirements are as follows: All items quoted are as specified in the product description, including brand name items. Delivery shall be within 60 days after receipt of order or sooner.
Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with quote.
Federal Acquisition Regulation clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additional terms and conditions consistent with customary commercial practices applicable to this acquisition will be discussed with the offeror during negotiations, if necessary. A Defense Priorities and Allocations System rating is not applicable to this acquisition.
It is the contractor’s responsibility to review all clauses noted below. The full text of FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.
The following clauses/provisions apply to this acquisition:
- 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT/2018)
- 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT/2018)
- 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG/2020)
- 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)
- 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN/2023)
- 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN/2023)
- 252.225-7001 Buy American and Balance of Payments Program (feb/2024)
- 252.225-7056, PROHIBITION REGARDING BUSINESS OPERATION SWITH THE MADURO REGIME (JAN/2023)
- 252.225-7060, PROHIBITION ON CERTAIN PROCUREMENTS FROM KINJIANG UYGHUR AUTONOMOUS REGION
- 252.233-7003, 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 ITEMS (NOV/2023)
- 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (OCT/2024)
- 252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN/2023)
The following clauses are added to the terms and conditions in FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN/2025)
- 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (NOV/2021)
- 52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN/2023)
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan/2025)
- 52.222-50, Combating Trafficking in Persons (NOV/2021)
- 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY/2024)
The response date for this RFQ is September 3, 2025 @ 3:30pm CDT. No phone calls will be accepted. All quotes may be submitted via r email to the following POCs: Benjamin C. Hymas, Contract Specialist at Benjamin.c.hymas.civ@army.mil and Shalanda R. McMurry, Contracting Officer at shalanda.r.mcmurry.civ@army.mil.