(i) This is a combined synopsis/solicitation for commercial products or commercial services 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.
(ii) Solicitation Number: FA930125Q0027 **Please provide the full solicitation number on all packages**
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05TA, DFARS 20250117 and DAFFARS 2024-1016.
(iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 333310 with a size standard of 1,000 employees.
(v) CLIN Nomenclature
CLIN 0001 – RoboCrib LX2000 RED P/N 770-204-PL-RD
CLIN 0002 - RoboCrib VX500 AUX RED P/N 776-510-PL-RD
CLIN 0003 - Caster for VX 500 P/N 772-105
CLIN 0004 - Configurable Bin Upgrade P/N 670-182
CLIN 0005 - Management Station P/N 750-510-SQL
CLIN 0006 - Parts Cup 12 Pie P/N 373-392
CLIN 0007 - Parts Cup 6 Pie P/N 373-396
CLIN 0008 - Parts Cup 4 Pie P/N 373-392
CLIN 0009 - Parts Cup 3 Pie P/N 373-392
CLIN 0010 - ScaleMate P/N 710-965-PL
CLIN 0011 – Arcturus, Annual Software License
CLIN 0012 – 5 Year Warranty
CLIN 0013 – Shipping
CLIN 0014 – Set up & Training 2 Days On-Site
(vi) Description of requirements for the items to be acquired:
The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement supplying name brand or equal Inventory Management and Distribution Machine as RoboCrib LX2000 with the auxiliary VX500.
(vii) Estimated Delivery: 90 Days After Receipt of Order (ARO), FOB: Destination Edwards AFB, CA
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. All provisions and clauses can be viewed in their entirety at acquisition.gov.
ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items
Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
- UEI Number:
- TIN Number:
- CAGE Code:
- Contractor Name:
- Payment Terms (net30) or Discount:
- Point of Contact and Phone Number:
- Email address:
- FOB (destination or origin):
- Warranty (if applicable)
- Date Offer Expires
(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.
ADDENDUM to 52.212-2, Evaluation – Commercial Items.
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.
Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(xii) The clause at 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 cited in FAR 52.212-5 apply to this acquisition:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
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 (Oct 2015)
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
FAR 52.219-6 Notice of Total Small Business Set-Aside.
FAR 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013)
FAR 52.222-3 Convict Labor (June 2003)
FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2025)
FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)
FAR 52.222-50 Combating Trafficking in Persons.
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 52.232-40 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.
FAR 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.
(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below.
PROVISIONS
FAR 52.204-7 System for Award Management.
FAR 52.204-16 Commercial and Government Entity Code Reporting.
FAR 52.204-17 Ownership or Control of Offeror.
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures
FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.
FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004)
FAR 52.252-5 Authorized Deviations in Provisions.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation.
DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System.
DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime.
DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation.
CLAUSES
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
DFARS 252.204-7022 Expediting Contract Closeout.
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.
DFARS 252.225-7012 Preference for Certain Domestic Commodities.
DFARS 225.225-7030 Restriction on Acquisition of Carbon, Alloy, and Armor Steel Plate.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime.
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
DFARS 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services
DFARS 252.247-7023 Transportation of Supplies by Sea (Oct 2024)
DAFFARS 5352.201-9101 Ombudsman (Oct 2019)
DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Proposal Submission Information:
Offers are due by 09 Sept 2025 at 11:00 AM Pacific Savings Time (PST). Offers must be sent to Victoria Escobar at victoria.escobar.3@us.af.mil and Amanda Tate at amanda.tate@us.af.mil via electronic mail. No late submissions will be accepted.
Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 05 Sept 2025 on or before 11:00 AM Pacific Savings Time (PST).
(xvi) For additional information regarding this solicitation contact:
Primary Point of Contact:
Victoria Escobar
Contract Specialist
victoria.escobar.3@us.af.mil
Secondary Point of Contact:
Amanda Tate
Contracting Officer
amanda.tate@us.af.mil