GENERAL STATEMENT:
This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.
SOLICITATION INFORMATION
Solicitation Number: COMBO-AFRL-PZLEQ-2025-0013
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
REGULATION IDENTIFICATION:
This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type: Total Small Business Set Aside
NAICS Size Standard: 561210
LISTING/DESCRIPTION OF ITEMS:
Base Year: August 6, 2025 – August 5, 2026
Option Year 1: August 6, 2026 – August 5, 2027
Option Year 2: August 6, 2027 – August 5, 2028
Option Year 3: August 6, 2028 – August 5, 2029
Option Year 4: August 6, 2029 – August 5, 2030
CLIN #
Contract Type
DESCRIPTION
QTY
UNIT
1000
Firm Fixed Price
Routine Maintenance in Accordance with PWS
12
Months
1001
Firm Fixed Price
Routine Maintenance in Accordance with PWS (Option Year 1)
12
Months
1002
Firm Fixed Price
Routine Maintenance in Accordance with PWS (Option Year 2)
12
Months
1003
Firm Fixed Price
Routine Maintenance in Accordance with PWS (Option Year 3)
12
Months
1004
Firm Fixed Price
Routine Maintenance in Accordance with PWS (Option Year 4)
12
Months
2000
Time & Material
Emergency Repairs and CO2 Refills in Accordance with attached PWS
12
Months
2001
Time & Material
Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 1)
12
Months
2002
Time & Material
Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 2)
12
Months
2003
Time & Material
Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 3)
12
Months
2004
Time & Material
Emergency Repairs and CO2 Refills in Accordance with attached PWS (Option Year 4)
12
Months
Each submission shall include the below table, completed to correspond with the offeror’s proposal. The highlighted portions in the table indicate the necessary inputs. To assist, a Pricing Spreadsheet is included in the combined synopsis / solicitation.
Price will be evaluated based upon the summation of CLINs above. The T&M CLINs (2000, 2001, 2002, 2003, and 2004) will be evaluated based upon the below estimated material costs and estimated labor hours:
CLIN 2000 – Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.)
CLIN 2001 – Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.)
CLIN 2002 – Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.)
CLIN 2003 – Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.)
CLIN 2004 – Material Costs of $11,400.00 and labor hours of 9.5 hours (Please provide own breakdown of labor categories to be used where highlighted in table.)
ADDITIONAL REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify quote validity.
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery: Different Buildings at Wright-Patterson AFB. Specific building information can be found in Paragraph 2 and 16(b) of the attached PWS.
Requested Date of Delivery:
August 6, 2025 – August 5, 2030
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.
Addenda: N/A
In addition to above, submissions shall include the RFQ reference number, POC information for the offeror’s principal points of contact (both technical and contractual), the offeror’s CAGE code, and the business size for the NAICS code identified in the RFQ.
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
(Lowest Price Technically Acceptable or Price Trade-Off)
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements identified in the PWS.
Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
Addenda: N/A
REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:
The clause at FAR 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 are incorporated via paragraph (a) and considered applicable to this acquisition:
Clause Number
Clause Title
FAR 52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-23
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities
FAR 52.204-25
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
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 Representation
FAR 52.222-3
Convict Labor
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-50
Combating Trafficking in Persons
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1
Buy American--Supplies
FAR 52.225-13
Restrictions on Certain Foreign Purchases
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
The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:
Clause Number
Clause Title
F-AR 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
FAR 52.219-6
Notice of Total Small Business Set Aside
FAR 52.219-7
Notice of Partial Small Business Set Aside
FAR 52.219-28
Post Award Small Business Program Representation
FAR 52.222-3
Convict Labor
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-35
Equal Opportunity for Veterans
FAR 52.222-36
Equal Opportunity for Workers with Disabilities
FAR 52.222-37
Employment Reports on Veterans
FAR 52.222-41
Service Contract Labor Standards
FAR 52.222-42
Statement of Equivalent Rates for Federal Hires
FAR 52.222-50
Combating Trafficking in Persons
FAR 52.222-54
Employment Eligibility Verification
FAR 52-222-55
Minimum Wage for Contractor Workers Under Executive Order 14026
FAR 52.222-62
Paid Sick Leave Under Executive Order 13706
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1
Buy American--Supplies
FAR 52.225-13
Restrictions on Certain Foreign Purchases
FAR 52.226-8
Encouraging Contractor Policies to Ban Text Messaging While Driving
(In all solicitations and contracts)
FAR 52.232-33
Payment by Electronic Funds Transfer- System for Award Management
FAR 52.240-1
Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
(In all solicitations and contracts)
ADDITIONAL CONTRACT REQUIREMENTS:
All employees that perform work on this contract are subject to the prevailing wage rate according to locale where service is performed, as contained in wage determination 2015-4731 Revision 26 (Published May 8, 2025*, located at: https://sam.gov/wage-determination
Additional provisions and clauses applicable to this requirement:
Type
Number
Title
Clause
FAR 52.203-19
Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Provision
FAR 52.204-7
System for Award Management
Provision
FAR 52.204-8
Annual Representations and Certifications
Clause
FAR 52.204-13
System for Award Management Maintenance
Clause
FAR 52.209-6
Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
Clause
FAR 52.232-39
Unenforceability of Unauthorized Obligations
Clause
FAR 52.232-40
Providing Accelerated payments to Small Business Subcontractors
Clause
FAR 52.245-1
Government Property
Clause
FAR 52.245-9
Use and Charges
Clause
FAR 52.246-16
Responsibility for Supplies
Clause
FAR 52.247-34
F.O.B. Destination
Provision
FAR 52.252-1
Solicitation Provisions Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
FAR 52.252-2
Contract Clauses Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
Clause
DFARS 252.203-7000
Requirements Relating to Compensation of Former DoD Officials
Clause
DFARS 252.203-7002
Requirement to Inform Employees of Whistleblower Rights
Provision
DFARS 252.203-7005
Representation Relating to Compensation of Former DoD Officials
Clause
DFARS 252.204-7003
Control of Government Personnel Work Product
Provision
DFARS 252.204-7004, Alt A,
System for Award Management Alternate A
Provision
DFARS 252.204-7008
Compliance with Safeguarding Covered Defense Information Controls
Clause
DFARS 252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting
Provision
DFARS 252.204-7019
Notice of NIST SP 800-171 DoD Assessment Requirements
Clause
DFARS 252.204-7020
NIST SP 800-171 DoD Assessment Requirements
Clause
DFARS 252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
Clause
DFARS 252.211-7007
Reporting of Government-Furnished Property
Clause
DFARS 252.225-7001
Buy American and Balance of Payments Program
Clause
DFARS 252.225-7002
Qualifying Country Sources as Subcontractors
Clause
DFARS 252.225-7048
Export-Controlled Items
Clause
DFARS 252.232-7003
Electronic Submission of Payment Requests
Clause
DFARS 252.232-7006
Wide Area Workflow Payment Instructions
Clause
DFARS 252.232-7010
Levies on Contract Payments
Clause
DFARS 252.225-7012
Preference for Certain Domestic Commodities
Clause
DFARS 252.243-7001
Pricing of Contract Modifications
Clause
DFARS 252.244-7000
Subcontracts for Commercial Items
Clause
AFFARS 5352.201-9101
Ombudsman
(Fill-in Text)
Ombudsman: AFRL/PK Director
Alternate Ombudsman: AFRL/PK Deputy Director
1864 Fourth St
Wright-Patterson AFB OH 45433-7130
937-904-9700
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 18 June 2025, @ 5:00 PM ET.
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
Name: Jason B. Sav
Title: Contract Specialist
Email: [email protected]