AMENDMENT 1
The purpose of this amendment is to:
1. Update the description para (iv) to state, "This procurement is restricted to brand-name and is being solicited on a full and open basis".
2. All other terms and conditions remain unchanged.
--------------------------------------------------------------------------------------------------------------------------------------
COMBINED SYNOPSIS/SOLICITATION
FA441825Q0084
L3 Harris Brand-Name AN/PRC-167 RADIO SYSTEMS and CABLES
JOINT BASE CHARLESTON (JB CHS), SC
i. This is a combined synopsis/solicitation for a commercial service 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; quotes are being requested and a written solicitation will not be issued.
ii. This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA441825Q0084.
iii. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, Effective 08/07/2025.
iv. This procurement is restricted to brand-name and is being solicited on a full and open basis. The North American Industry Classification System (NAICS) code is 334290 with a small business size standard of 800 employees.
v. The purpose of this combined synopsis and solicitations is for the procurement of four (4) L3 TECHNOLOGIES, INC. (L3 Harris) brand-name AN/PRC-167 multi-channel manpack radio systems (P/N: RF-345M-MP0003) and associated cables in accordance with (IAW) the Salient Characteristics (see Atch-01).
vi. The contract line-item numbers (CLINs) schedule is provided in Attachment 2 - FA441825Q0084 RFQ Fill- in Sheet.
vii. Delivery Date (or Period of Performance): 379 days after receipt of order (ARO).
viii. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Specific instructions are included as follows:
a. There are (4) attachments:
- Attachment 1: Salient Characteristics
- Attachment 2: FA441825Q0084 RFQ Fill-in Sheet
- Attachment 3: Provisions and Clauses
- Attachment 4: Brand Name Justification REDACTED
b. A response to this RFQ shall consist of (1) completion of Attachment 2 – FA441825Q0084 RFQ Fill-in Sheet.
c. A Firm Fixed Priced Purchase Order is anticipated.
d. Quotes shall remain valid for at least 45 days following the RFQ closing date.
e. Please email your quote to the Contract Specialist, SSgt Alicia Corey, at alicia.corey@us.af.mil and the Contracting Officer, Taylor McDaniel, at taylor.mcdaniel.1@us.af.mil No Later Than 12:00 PM EDT, on Monday, 22 September 2025.
f. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
ix. FAR Provision 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition with the following Addendum;
The following factors shall be used to evaluate offers in the following relative order of importance:
1. Price
Price – Award will be based on initial response. Offerors are encouraged to quote their most advantageous pricing up front. The Government will first rank quotations in order from lowest to highest total price. The lowest priced quotation will then be evaluated to determine if it conforms to the requirement salient characteristics.
If the lowest priced quotation is determined to conform to the requirements of the solicitation, then the offer represents the best value for the Government and the evaluation process stops at this point. If the lowest priced quotation is not determined to be conforming, then the next lowest priced quotation will be evaluated, and the process will continue until an offer is found to be conforming, or until all offers have been evaluated. The Government shall then make a best value award decision.
The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors.
x. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications - Commercial Products and Commercial Services or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov.
xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Services, applies to this acquisition.
xii. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. See Attachment 3 “Provisions and Clauses” for FAR clauses cited in the clause that are applicable to the acquisition.
xiii. The contract requirements or terms and conditions as determined by the Contracting Officer that apply to this acquisition are referenced in Attachment 3 “Provisions and Clauses”.
xiv. This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.
xv. Offerors must submit responses to this Combined Synopsis/Solicitation electronically by email to the below individuals No Later Than Monday, 22 Sep 2025 at 12:00 PM EDT.
Email To: alicia.corey@us.af.mil and taylor.mcdaniel.1@us.af.mil.