This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation W50S8S25QA010 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 334515 and business size is 750 employees. This action will result in a Firm-Fixed Price (FFP) purchase order, utilizing simplified acquisition procedures.
The contractor shall provide equipment, material, tools, parts, shipping, and all other items necessary to provide the following items: Wire testing probing station for circuit cards required per Technical Order (T.O.) reference 33DS-34-9-11, Department of the Air Force Instruction (DAFI) 21-101_ANGSUP paragraph 11.36.10.1.3.10.2, & Naval Air Systems Command (NAVAIR) SE-004-PQS-000. The product must be Huntron 3200S and access DH2.
CLIN Description Quantity Unit of Issue
0001 Huntron Tracker 3200S. Part number 99-0432 1 Each
0002 Huntron Access DH2. Part number 99-0436 1 Each
0003 Optional Bid Items – Extended warranty &
Maintenance Package For Additional 2 years 1 Each
Location – 180th Fighter Wing, 2660 S Eber Rd., Swanton, OH 43558-9645 utilizing FOB Destination
FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) ADDENDUM to 52.212-1
1.1 All questions regarding this RFQ shall be emailed to 180.fw.contracting@us.af.mil
1.2 Additional Quote Preparation Instructions
1.2.1 The offeror’s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation. Include the following in your quote: CAGE Code, Unique Entity ID, Name, mailing address, website, date submitted and quote expiration date, delivery time/terms, and warranty information.
ADDENDUM TO 52.212-2
1 BASIS FOR CONTRACT AWARD: This solicitation is for a FFP Contract. The Government intends to award a single contract to a qualified Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS).
2 EVALUTION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Delivery, and (4) SPRS. To arrive at the Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS.
a) Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an “Acceptable” rating to continue further in the competition. Offerors who are deemed to merit an “Unacceptable” rating in the Technical Capability Factor will be removed from further consideration for award. Once minimum requirements are established, the team shall evaluate the offeror’s quote against these requirements to determine whether the quote is acceptable or unacceptable, using the description outlined below. Quotes are evaluated as acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptability but not ranked using the non-price factors/subfactors.
1. Technical Documentation:
a. Offeror shall provide a product specification sheet, adequate enough for the government to evaluate that the proposed products meet all requirements of this solicitation.
2. Standard: A technically acceptable rating is met when the offeror provides product specification sheets that clearly demonstrate all equal characteristics.
b) Price. The total quoted price from offerors determined technically acceptable will be evaluated. Price must include shipping.
c) Delivery. Delivery terms contained in the offer will be evaluated. Up to 60 days is acceptable.
d) SPRS. The Government shall utilize information contained in SPRS, in available, as described in DFARS 252.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably.
(End of provision)
FAR 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
Offers are due by 10:00 A.M. EST 19 Sep 2025: email 180.fw.contracting@us.af.mil
List of Attachments:
Attachment 1: Clauses and Provisions
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO, The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both in accordance with NG protest procedures.
To be timely, the protest must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/Head of Contacting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr. Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for a resolution at the address in the solicitation. See FAR clause 52.233-2