This is a Combined Synopsis/Solicitation for the Brand Name acquisition of a Quasonix Maximum Likelihood Stream Combiner. Please see attached Solicitation for more details.
(i) 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; proposals are being requested, and a written solicitation will not be issued. Simplified Acquisition Procedures (FAR Part 13) will be used for requirement.
(ii) Solicitation Number: FA930225Q0060 **Please include the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the product described in this synopsis are invited to submit, in writing, a complete quote, with delivery FOB Destination to Edwards AFB CA, 93524.
Offerors are required to submit their quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email. Submit only written offers.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DFARS Change 01/17/2025 and DAFFARS Change 10/16/2024.
(iv) THIS REQUIREMENT WILL BE: Firm Fixed Price, total small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 334290 “Other Communications Equipment Manufacturing” with a size standard of 800 employees.
(v) CLIN Nomenclature
The requested is for a brand name, Quasonix product, restricted to Quasonix authorized vendors/resellers only (detailed list attached):
- P/N - QSX-MLSC-12-IP2 – Maximum Likelihood Stream Combiner - Qty. 1 each
- Options selected: (IP2) TMoIP IAW IRIG 218-20, input and publish
Description of products to be acquired: This requirement is for one Quasonix Maximum Likelihood Stream Combiner to be delivered to Edwards Air Force Base (EAFB). To include the following specifications:
Independently configurable channels
1U rack mount chassis
DISPLAYS: (4) 262k-color TFT, 2.4" diagonal
Health and status monitoring, DQM, time skew
I/O Connectors
TTL CLOCK & DATA (12) BNC, 75 Ohm
RS-422 CLOCK & DATA (2) MDM-25 male
ETHERNET (2) RJ-45, GigE, control & TMoIP
(vii) Delivery: Period of Performance will be anticipated at 9 Months ARO or as soon as possible.
(viii) The provision at FAR 52.212-1, Instructions to Offerors— Commercial Products and Commercial Services applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/
ADDENDUM TO FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services. Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(x) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
(a) ADDENDUM to 52.212-2, Evaluation – Commercial Products and Commercial Services. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the Quasonix product as stated on the solicitation document. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Note: Vendors must be authorized resellers of Quasonix to be considered for award.
The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.
BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value.
By submission of its offer in accordance with the instructions provided in provision FAR 52.212- 1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Products, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM).
(xi) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(xii) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(xii) The class deviation of clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (March 2025), applies to this acquisition.
(xiii) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses within the Solicitation document attached; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xix) Defense Priorities and Allocation System (DPAS): N/A
Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 17 July 2025 at 5:00 pm PDT.
Offers must be sent via email to Kimberly Jaime (kimberly.jaime@us.af.mil). No late submissions will be accepted.
QUESTION PERIOD: The period for questions regarding this RFQ will end at 3:00 pm PDT on 16 July 2025. Please send all questions to the buyer via email at kimberly.jaime@us.af.mil. Phone inquiries are not available. All questions and answers will be posted to this RFQ.