Combined Synopsis/Solicitation
FA9302-25-Q-0110 — Bomber Data Lab Integrated Instrumentation Test System (Brand Name National Instruments)
General Information
• Notice Type: Combined Synopsis/Solicitation (Commercial Items – Brand Name)
• Solicitation Number: FA9302-25-Q-0110
• Posted Date: 10 September 2025
• Response Due Date: September 15th, 2025 at 4:00pm PST
• Set Aside: Unrestricted (Full and Open Competition)
• NAICS Code: 334515 – Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
• PSC/FSC: 6625 – Electrical and Electronic Properties Measuring Instruments
• Contract Type: Firm Fixed Price (FFP)
Description
This is a Combined Synopsis/Solicitation (CSS) prepared in accordance with FAR 12.6 and FAR 13.5. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued.
This acquisition is brand-name only to National Instruments (NI) in accordance with FAR 11.105(a)(1). The approved Brand Name Justification (BNJ) will be posted with this solicitation in compliance with FAR 5.102(a)(6).
The Air Force Test Center (AFTC), Edwards AFB, CA, requires a turn-key, integrated NI-based instrumentation test system to support the Bomber Data Lab. The system provides data acquisition, analog simulation, RF transient analysis, and training capabilities in support of critical Bomber Special Instrumentation (S.I.) programs across the B-1, B-2, and B-52 fleets.
Authorized Distributor Requirement:
Only brand-name NI hardware and software will be accepted. Quotes must come from authorized NI distributors. TestForce USA, Inc., has been confirmed as one such distributor; however, competition is open to any authorized NI reseller capable of meeting all requirements.
Schedule of Supplies/Services (CLINs)
CLIN
Description
NI Brand Reference
Qty
Unit
Delivery
FOB
0001
PXI/cDAQ Data Acquisition Test & Training Stand
P/N TF0525EDW-DAQ
1
Each
180 Days ARO
Destination
0002
Automated Analog Simulation & Measurement Stand
P/N TF0525EDW-SENS
1
Each
180 Days ARO
Destination
0003
RF Transceiver & Voltage Transient Simulation/Analysis Stand
P/N TF0525EDW-RF
1
Each
180 Days ARO
Destination
0004
System Integration Services (Assembly, configuration, verification, cabling/connectors)
Vendor shall provide full integration of NI hardware/software into a turnkey system, including: (a) assembly and cabling setup; (b) installation of NI LabVIEW/TestStand and required drivers; (c) baseline functional testing; (d) delivery of integration report. Must provide at least 5 on-site integration days at Edwards AFB by NI-certified engineers.
1
Lot
180 Days ARO
Destination
0005
On-Site Technical Support (Setup, troubleshooting, training handoff)
Vendor shall provide at least 3 on-site days post-delivery for setup, troubleshooting, and operator training, plus 12 months remote support (phone/email). Support includes hands-on familiarization for government SMEs and resolution of issues identified during acceptance.
1
Lot
180 Days ARO
Destination
0006
NI Education Service Credits (LabVIEW Core
Vendor shall provide 80 hours of NI-certified training credits for LabVIEW Core 1, Core 2, and TestStand. Training
80 Credits
Lot
180 Days ARO
Destination
CLIN
Description
NI Brand Reference
Qty
Unit
Delivery
FOB
1, Core 2, TestStand training)
may be delivered online, virtual, or in-person. Training shall certify at least 5 Government engineers; vendor must provide registration, materials, and proof of completion.
Note: All hardware/software must be National Instruments brand. No substitutes or equivalents will be accepted.
Delivery
• Place of Delivery: Edwards AFB, CA 93524
• FOB: Destination
• Required Delivery Date: 180 Days ARO
Basis for Award
The Government intends to award a single FFP contract to the responsible offeror whose quotation represents the best value to the Government, considering Technical Acceptability, Delivery, Price, and Subcontracting Plan (if applicable). Award may be made without discussions, but the Government reserves the right to conduct discussions if in its best interest.
2. Evaluation Factors
• Factor 1 – Technical Acceptability: Must provide NI brand-name hardware/software and all services as described in CLINs 0001–0006. Non-brand products will be unacceptable.
• Factor 2 – Delivery: Must confirm delivery within 180 Days ARO. Earlier delivery may be evaluated more favorably.
• Factor 3 – Price: Evaluated for reasonableness in accordance with FAR 13.106-3.
• Factor 4 – Subcontracting Plan (if applicable): Large businesses must submit an acceptable Small Business Subcontracting Plan per FAR 19.702 and FAR 52.219-9. Failure to provide a plan renders the offeror ineligible for award.
Subcontracting Plan Requirement
Because the estimated value exceeds $750,000, the apparent successful offeror must submit an acceptable Small Business Subcontracting Plan if the awardee is a large business (FAR 19.702/19.705-2).
• If award is to a small business, no plan is required.
• If no subcontracting opportunities exist, the offeror must provide the memo required by FAR 19.705-2(c).
Instructions to Offerors
Quotes shall include:
• Technical Volume: Confirmation that all required brand-name NI items will be supplied. Must include proof of authorized NI distributor status.
• Price Volume: Firm Fixed Price quotation with CLIN breakout as listed above.
• Reps & Certs: Completed FAR 52.212-3 or confirmation of active SAM registration.
• Subcontracting Plan: If large business, provide plan per FAR 19.704.
Due Date: September 15th, 2025 at 4:00pm PST
Submission: Email to josiah.broadway@us.af.mil and christina.day.6@us.af.mil
Contact Information
• Primary POC: Josiah L. Broadway III, Contract Specialist, AFTC/PZZF Email: josiah.broadway@us.af.mil
• Contracting Officer: Christina M. Day, AFTC/PZZF Email: christina.day.6@us.af.mil