Combined Synopsis/Solicitation
(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.
(ii) Solicitation Number: FA8220-25-Q-SS01 This solicitation is issued as a request for quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05. (iv) Contracting Office Small Business Size Standard
Selection Full and Open Competition
NAICS Code 513210
Small Business Size Standard $47,000,000.00
(v) Description of item(s) to be acquired:
• SBEPFWM StressCheck Core & 64-bit Solver Paid-Up Floating Win Maintenance 6 EA
• SLIPFWM Linear Elasticity Analysis Paid-Up Floating Win Maintenance 4 EA
• SNLPFWM Nonlinear Analysis Paid-Up Floating Win Maintenance 1 EA
• SFRPFWM Fracture Mechanics Analysis Paid-Up Floating Win Maintenance 4 EA
• SCWPFWM Cold Working Analysis Paid-Up Floating Win Maintenance 1 EA
• SMA8FWM MeshSim-Advanced Automesher Paid-Up Floating Win Maintenance 4 EA
(vi) Date and Place of Delivery On Or Before 29 Aug 2026
FOB Destination
(vii) Questions: (If Necessary)
All question regarding this solicitation can be sent to gregory.hales.2@us.af.mil and must be received no later than 1300 MDT, 15 August 2025
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1300 MDT, 15 August 2025 via electronic mail to savannah.simpson.4@us.af.mil.
(a) Provide CAGE Code when submitting bid.
(ix) Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2024), with this offer
(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.
(xi) FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders – Commercial Items (Jan 2025)
OTHER FAR CLAUSES AND PROVISIONS
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance (Oct 2018)
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (Jan 2025)
52.219-28 Post-Award Small Business Program Representation (Jan 2025)
52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2025)
52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
52.222-37 Employment Reports on Veterans (Jun 2020)
52.222-50 Combating Trafficking in Persons (Nov 2021)
52.225-1 Buy American--Supplies (Oct 2022)
52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials y Electronic Funds Transfer—System for Award Management (Sep 2011)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment request and Receiving reports
252.232-7006 Wide Area WorkFlow Payment instructions
252.232-7010 Levies on Contract Payments
5352.201-9101 Ombudsman
An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Ms. Kayla V. Marshall, 801-777-6549, kayla.marshall@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause)
(xii) Additional Contract Requirement or Terms and Conditions: StressCheck Software License Renewal 2024 Jul 01, 2024 11:14:37 PM GMT 3
N/A
(xiii) Defense Priorities and Allocations System (DPAS)
N/A
(xiv) Proposal Submission Information: All questions or comments must be sent to Savannah Simpson by email at savannah.simpson.4@us.af.mil, NLT 1300 MDT, 15 August 2025. Offers are due by 1300 MDT, 15 August 2025 via electronic mail to savannah.simpson.4@us.af.mil
Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.