GENERAL STATEMENT:
This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.
SOLICITATION INFORMATION
Solicitation Number: COMBO-AFRL-PZLEQ-2025-0012
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
REGULATION IDENTIFICATION:
This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type: Not Applicable
NAICS Size Standard: 334511
LISTING/DESCRIPTION OF ITEMS:
CLIN #: 0001
QTY: 1
UNIT: EA
DESCRIPTION: One (1) ground radar system to cover low altitude and area coverage gaps in the FAA surveillance network.
Requirements/Salient Characteristics:
- Provides 3-D positioning and 360 coverage
- High probability of detection and tracking continuity for crewed airborne aircraft.
- ADS-B capability installed and operational
- Detection range of approximately 40km
- Low failure rate
- Standard power requirements (110/240 VAC 50/60 Hz, <= 1,800 watts)
- Less than 200lbs to minimize installation infrastructure requirements
- Emission frequency within a protected aeronautical navigation band
- Installation, integration, and training support available (Installation location slides attached)
- Radar controls need to be operated remotely.
- Supports standard ASTERIX data interface.
- Radome for the system
- Training and maintenance plan options.
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery:
AFRL/DOM
1323 W. Blee Road
Springfield, Oh 45502
Requested Date of Delivery: NLT 12 months after award. Include lead time/delivery date in response.
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.
Addenda:
N/A
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the Statement of Work.
Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote.
- If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
- If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
Addenda:
N/A
REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.
The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition:
FAR 52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-23
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities
FAR 52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10
Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.219-28
Post Award Small Business Program Representation
FAR 52.222-3
Convict Labor
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-50
Combating Trafficking in Persons
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1
Buy American--Supplies
FAR 52.225-13
Restrictions on Certain Foreign Purchases
FAR 52.232-33
Payment by Electronic Funds Transfer- System for Award Management
FAR 52.232-40
Providing Accelerated payments to Small Business Subcontractors
FAR 52.233-3
Protest After Award
FAR 52.233-4
Applicable Law for Breach of Contract Claim
The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition:
FAR 52.203-6 Alt I
Restrictions on Subcontractor Sales to the Government
FAR 52.204-27
Prohibition on a ByteDance Covered Application
FAR 52.209-6
Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-9
Updates of Publicly Available Information Regarding Responsibility Matters
(If contract is > $600,000 and offeror checked “has” in paragraph (b) of provision 52.209-7)
FAR 52.219-8
Utilization of Small Business Concerns
FAR 52.219-9
Small Business Subcontracting Plan
FAR 52.219-16
Liquidated Damages – Subcontracting Plan
FAR 52.219-28
Post Award Small Business Program Representation
FAR 52.222-3
Convict Labor
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-35
Equal Opportunity for Veterans
FAR 52.222-36
Equal Opportunity for Workers with Disabilities
FAR 52.222-37
Employment Reports on Veterans
FAR 52.222-50
Combating Trafficking in Persons
FAR 52.222-54
Employment Eligibility Verification
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.223-23
Sustainable Products and Services
FAR 52.225-1
Buy American--Supplies
FAR 52.225-13
Restrictions on Certain Foreign Purchases
FAR 52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.232-33
Payment by Electronic Funds Transfer- System for Award Management
FAR 52.240-1
Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
FAR 52.242-5
Payments to Small Business Subcontractors
ADDITIONAL CONTRACT REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify how long the quote is valid.
Additional provisions and clauses applicable to this requirement:
Clause
FAR 52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Provision
FAR 52.204-7
System for Award Management
Provision
FAR 52.204-8
Annual Representations and Certifications
Clause
FAR 52.204-13
System for Award Management Maintenance
Clause
FAR 52.209-6
Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
Clause
FAR 52.232-39
Unenforceability of Unauthorized Obligations
Clause
FAR 52.232-40
Providing Accelerated payments to Small Business Subcontractors
Clause
FAR 52.246-16
Responsibility for Supplies
Clause
FAR 52.247-34
F.O.B. Destination
Provision
FAR 52.252-1
Solicitation Provisions Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
FAR 52.252-2
Contract Clauses Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
DFARS 252.203-7000
Requirements Relating to Compensation of Former DoD Officials
Clause
DFARS 252.203-7002
Requirement to Inform Employees of Whistleblower Rights
Provision
DFARS 252.203-7005
Representation Relating to Compensation of Former DoD Officials
Clause
DFARS 252.204-7003
Control of Government Personnel Work Product
Provision
DFARS 252.204-7004, Alt A,
System for Award Management Alternate A
Provision
DFARS 252.204-7008
Compliance with Safeguarding Covered Defense Information Controls ***(Required if contract is not for a COTS item)***
Clause
DFARS 252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting ***(Required if contract is not for a COTS item)***
Provision
DFARS 252.204-7019
Notice of NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***
Clause
DFARS 252.204-7020
NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***
Clause
DFARS 252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
Clause
DFARS 252.223-7008
Prohibition of Hexavalent Chromium
Clause
DFARS 252.225-7001
Buy American and Balance of Payments Program
Clause
DFARS 252.225-7002
Qualifying Country Sources as Subcontractors
Clause
DFARS 252.225-7048
Export-Controlled Items
Clause
DFARS 252.232-7003
Electronic Submission of Payment Requests
Clause
DFARS 252.232-7006
Wide Area Workflow Payment Instructions
Clause
DFARS 252.232-7010
Levies on Contract Payments
Clause
DFARS 252.225-7012
Preference for Certain Domestic Commodities
Clause
DFARS 252.243-7001
Pricing of Contract Modifications
Clause
DFARS 252.244-7000
Subcontracts for Commercial Items
Clause
AFFARS 5352.201-9101
Ombudsman
(Fill-in Text)
Ombudsman: AFRL/PK Director
Alternate Ombudsman: AFRL/PK Deputy Director
1864 Fourth St
Wright-Patterson AFB OH 45433-7130
937-904-9700
Afrl.pk.workflow@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 16 May 2025, @ 5:00 PM ET.
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
Name: Jason B. Sav
Title: Contract Specialist
Email: jason.sav@us.af.mil