This is a combined synopsis/solicitation for commercial items 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.
Solicitation number FA822725Q4910 is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 and its supplements.
The Government anticipates this acquisition to be a Sole Source award to MTS Systems Corporation (CAGE 34145). See justification attached to this solicitation.
This requirement is filed under NAICS code 811310 and Product Service Code J034. This requirement will provide a service plan for calibration on the Material Test System (MTS), High Rate Propellant Test System (HRPTS) for the 582nd Missile Maintenance Squadron at Hill Air Force Base, Utah. The service provided will be supplied in accordance with the specifications in the attached Performance Work Statement. The basic period of performance will span from date of award through twelve (12) months after receipt of offer, with four (4) option years.
Contracting Officer’s Business Size Selection: Sole Source
NAICS Code: 811310
NAICS Code Small Business Size Standard: $12.5 Size Standards in Millions of Dollars
Product Service Code: J034
The anticipated CLIN structure of the resulting award are broken out within the attachment of the RFQ document and will require the proposal to be broken out the same. See attachment
- All CLINs will be established on a firm fixed price basis.
- All proposals must indicate if the vendor can achieve the Period of Performance (12 months ARO), as well as the additional four (4) option years. If this Period of Performance is not practicable, vendors must propose an alternate delivery schedule.
Selection of awardee will include comparative analysis in accordance with FAR 13.106-2, Evaluation of Quotations and Offers, giving value to: price; meeting specifications in the Performance Work Statement; and service within the specified timeframe. Any exceptions to the instructions specified in the Performance Work Statement must be identified in the quote. By submitting a quote, the contractor agrees to all stipulations in the purchase specification unless specified as an exception in the quote.
**The due date for all proposals is Monday, 15 December 2025 at 3:00 p.m. Mountain Standard Time.** All questions regarding this acquisition must be submitted by Wednesday, 10 December 2025 at 3:00 p.m. MST to allow for the Government to assess the inquiry and provide a response.
Quote Submission Information:
Submit quote to Contract Specialist, Rachel Wright, via email to rachel.wright.9@us.af.mil and to Contract Officer, Melissa Huston, at melissa.huston.2@us.af.mil. Please submit questions via the email above. Please provide the Company CAGE Code or Unique Entity Identifier (UEI) when submitting a quote.
Attachment:
- Material Test System Performance Work Statement
- Material Test System CDRL A001
- Single Source Justification – MTS Systems Corporation
FOB: Destination
Period of Performance: Base year plus four (4) one year options.
Pricing Validity Date: 90 Days validity from proposal, if this validity date is not practicable, vendors must propose an alternate realistic date for evaluation/award processing within proposal.
The following list of provisions and clauses apply to this acquisition, clauses and provisions can be found at https://www.acquisition.gov :
Provisions and Clauses by Reference:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7 System for Award Management
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.216-1 Type of Contract
FAR 52.222-3 Convict Labor
FAR 52.222-17 Nondisplacement of Qualified Workers
FAR 52.222-19 Child Labor – Cooperation With Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facility
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Equal Opportunity for Workers with Disabilities
FAR 52.222-41 Service Contract Labor Standards
FAR 52.222-50 Combat Trafficking in Persons
FAR 52.222-55 Minimum Wages Under Executive Order 13658
FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan
FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017)
FAR 52.223-5 Pollution Prevention and Right-To-Know Information
FAR 52.223-12 Maintenance, Service, Repair or Disposal of Refrigeration Equipment and Air Conditioners
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.223-20 Aerosols
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds
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 52.233-1 Disputes
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.237-2 Protection of Government Building, Equipment and Vegetation
FAR 52.242-15 Stop-Work Order
FAR 52.249-4 Termination for Convenience of the Government (Services)(Short Form)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252-232-7003 Electronic Submission of Payment Requests;
DFARS 252.204-7004 System For Award Management
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7001 Buy American Act & Balance of Payments
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.246-7008 Sources of Electronic Parts
DFARS 252.247-7023 Transportation of Supplies by Sea
DFARS 252.247-7024 Notification of Transportation of Supplies by Sea
Provisions and Clauses by Full Text:
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Products and Commercial Services
FAR 52.217-8 Option to Extend Services
Notice to Contractor: within 30 Days
FAR 52.217-9 Option to Extend the Term of the Contract
(a) Notice to Contractor: at least fifteen (15) days before the contract expires.
(b) Base year PLUS four (4) one (1) year extensions
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
https://www.acquisition.gov/content/regulations
FAR 52.252-2 Clauses Incorporated by Reference
https://www.acquisition.gov/content/regulations
FAR 52.252-5 Authorized Deviations in Provisions
FAR 52.252-6 Authorized Deviations in Clauses
(b) Defense Federal Acquisition Regulation Supplement
DFARS 252.232-7006 Wide Area Workflow Instructions
DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
DAFFARS 5352.201-9101 Ombudsman
DAFFARS 5352.242-9000 Contractor Access to Department of the Air Force Installations