AFTC/PZRA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524
SUBJECT: Digital Test Procedure Software– Combine Synopsis/Solicitation
REF NO.: FA9300-25-Q-6002
(i) This is a combined synopsis/solicitation (hereafter referred to as “solicitation”) for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
(ii) Solicitation Number: FA9300-25-Q-6002 *This solicitation is issued as a Request for Quote (RFQ)
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-04, DPN 20250117, DAFAC 2025-0612.
(iv) THIS REQUIRMENT WILL BE: 100% Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 513210 with a size standard of $47M. The applicable Product Service Code (PSC) is DA10, IT and Telecom—Business Application/Application Development Software as a Service).
(v) Contract Line Item Number (CLIN) Nomenclature- The following services are required for each year of contract services, and are provided as an example of the CLIN structure. SEE MODEL CONTRACT/SOLICITATION for more information:
CLIN X001: Digital test Procedure
(vi) Description: Edwards AFB and AFRL is looking to digitize the generation, approval, execution, and archiving test procedures. The overall goal is to increase the reliability while decrease the time required to generate & approve test procedures, provide real time tracking of test execution, provide a searchable archive of past tests, land ink tests with their products.
(vii) The anticipated contract will a Firm-Fixed-Price (FFP).
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial applies to this acquisition.
(ix) The provision at 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. Please see below for addendum:
ADDENDUM to FAR 52.212-2
Basis For Contract Award: This will be awarded to the Lowest Price Technically Acceptable Offeror. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. The Contracting Officer’s will evaluate the quote to determine technical acceptability on an acceptable/unacceptable basis. If a quote fails, it will be determined to be not technically acceptable, and the next quote will be evaluated. If the initial lowest price is found to be technically acceptable, evaluation stops, and award will be made to that vendor. Only one award will be made under this solicitation.
Additional Instructions: Part I – Offeror Quotation – Submit by email (1) virus free electronic copy in .pdf, utilizing the model contract CLIN structure in attachment-1.
Part II – Technical Capability - Submit by email (1) virus free electronic copy in .pdf or Microsoft Word or Excel.
a. Technical capability document must address the PWS and the offerors ability to meet the requirements outlined. The offeror shall provide the information/documentation required IAW section 1.10 and section 4.2.1 of the PWS to be considered “technically acceptable”.
If the qualification is found technically unacceptable, quote evaluation stops, and the Government will begin evaluating the quote of the next higher-priced vendor. If the qualification provided meets the requirement, then the vendor will be deemed technically acceptable.
(x) Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.
(xiii) Additional Contract Requirement or Terms and Conditions: See model contract (Attachment-2)
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Vendor quotes are due by 18 July 2025 at 12:00 PM PDT, and shall be submitted via email to Ms. Malika Jackson [email protected] and Bryan A. Rivera-Bruno [email protected] ; No late quotations will be accepted.
(xvi) Primary Point of Contact: Malika Jackson, Contract Specialist at [email protected]
Secondary Point of Contact: Bryan A. Rivera-Bruno, Contracting Officer at [email protected]
Any Questions regarding this solicitation are due on or before 11 July 2025 by 12:00pm PDT (03 July 2025-11 July 2025 is referred to as the Q&A Window). No questions submitted after this deadline will be considered. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation on or before 18 July 2025.