Loading...
F1S0AV6090A001
Response Deadline
May 15, 2026, 8:00 PM(PDT)6 days
Eligibility
Contract Type
Solicitation
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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.
(ii) Solicitation Number: F1S0AV6090A001**Please provide the full solicitation number on all packages**
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 and DPN Change 08/17/2023 and DAFAC 2023-0707.
(iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 334220 with a size standard of 1,250 employees.
(v) CLIN Nomenclature.
CLIN 0001 – Design and build a carry-on/off wireless communications network that is self-contained and portable. Two copies shall be built in the first phase with the design retained for future options to build more copies.
CLIN 0002 – Utilize existing 802.11xx (Wifi) and/or Bluetooth protocols with a minimum range of 30 meters.
CLIN 0003 – Be self powered via batteries for a minimum period of 30 minutes (60 minutes desired) and have the capability to be plugged into to 115VAC “wall power” for the duration of the flight test.
CLIN 0004 - Utilize commercial VOIP software such as TeamSpeak or Mumble (or another commercially available software as determined jointly by the government and contractor) which supports device connectivity for both iOS and Android devices. Software shall have the ability to receive version updates.
CLIN 0005 - Support a minimum of 32 connected devices.
CLIN 0006 - Plug in to receive audio from the aircraft’s existing intercom system (ICS) via U-174 (single prong) connector and retransmit the audio to wirelessly connected devices. The ability to transmit audio on the aircraft ICS is desired (not required) for a future phase.
CLIN 0007 - Provide all hardware and software design and specifications to support any required airworthiness and cybersecurity approvals. Approvals will be handled by the government using existing processes.
CLIN 0008 - Ship or deliver two copies of the system to the 418FLTS at Edwards Air Force Base for ground checkouts. Retain the ability to build future copies if requested by the government.
CLIN 0009 - Travel to the 418FLTS to support troubleshooting or tuning of the system on the aircraft.
CLIN 0010 - Contractor personnel may be required to troubleshoot the system during flight tests on Air Force aircraft such as (but not limited to) C-17, KC-135, and KC-46 aircraft. Personnel for flight tests shall meet the 418FLTS requirements to fly as Mission Essential Personnel (MEP) with no inflight duties. If required, those requirements will be sent to the contractor by the 418 FLTS and coordinated through existing MEP approval processes.
(vi) Description of requirements for the items to be acquired:
The 418th Flight Test Squadron (418FLTS) at Edwards Air Force Base, CA, requests a proposal for work to be accomplished for the development of a wireless communications network that is carried on/off the aircraft and can connect all members of the test team. The proposal is to build an adhoc wireless network which has ONE-WAY receive capability from the existing aircraft intercom on C-17, KC-135, and (next phase) KC-46 test aircraft. The carry-on system would NOT require any aircraft modification and is designed using flight approved batteries and the same commercial wifi that is already approved for use in our military aircraft.
(vii) Estimated Delivery: 180 days ARO, FOB: Destination Edwards AFB, CA
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. All provisions and clauses can be viewed in their entirety at acquisition.gov.
ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items
Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
1. UEI Number:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (net30) or Discount:
6. Point of Contact and Phone Number:
7. Email address:
8. FOB (destination or origin):
9. Warranty (if applicable)
10. Date Offer Expires
(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.
ADDENDUM to 52.212-2, Evaluation – Commercial Items.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
Any resulting contract of this RFQ will be awarded as Firm Fixed-Price. Quotes will be evaluated to determine best value. Price, features of the supply, delivery terms, and warranty terms are all factors to be considered when determining best value.
If options are included the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors shall include a completed copy of the provision at 52.212-1(a)(5), Instructions to Offerors— Commercial Products and Commercial Services. Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM).
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
RFO 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
RFO 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
RFO 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
RFO 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)
RFO 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)
RFO 52.219-8 Utilization of Small Business Concerns (Oct 2018)
RFO 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013)
RFO 52.222-3 Convict Labor (June 2003)
RFO 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Jan 2018)
RFO 52.222-35 Equal Opportunity for Veterans (Oct 2015)
RFO 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
RFO 52.222-37 Employment Reports on Veterans (Feb 2016)
RFO 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
2010)
(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. PROVISIONS
RFO 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)
RFO 52.204-7 System for Award Management
RFO 52.209-7 Information Regarding Responsibility Matters (Oct 2018)
RFO 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
RFO 52.212-2 Evaluation—Commercial Products and Commercial Services
R-DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)
R-DFARS 252.204-7003 Control of Government Personnel Work Product
R-DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
R-DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
R-DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
R-DFARS 252.215-7007 Notice of Intent to Resolicit (Jun 2012)
R-DFARS 252.215-7008 Only One Offer (Oct 2013)
R-DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 2014)
R-DFARS 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)
R-DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018)
R-DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime
CLAUSES
RFO 52.203-3 Gratuities (Apr 1984)
RFO 52.204-13 System for Award Management Maintenance
RFO 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
RFO 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
RFO 52.219-6 Notice of Total Small Business Set-Aside
RFO 52.222-50 Combating Trafficking in Persons
RFO 52.232-33 Payment by Electronic Funds Transfer—System for Award Management
RFO 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
RFO 52.233-3 Protest after Award
RFO 52.233-4 Applicable Law for Breach of Contract Claim
R-DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
R-DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
R-DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
R-DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
R-DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
R-DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991)
R-DFARS 252.211-7003 Item Identification and Valuation (Mar 2016)
R-DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
R-DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017)
R-DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)
R-DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
R-DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 2019)
R-DFARS 252.227-7015 Technical Data – Commercial Items (Feb 2014)
R-DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2016)
R-DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
R-DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
R-DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013)
R-DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2012)
R-DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013)
R-DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019)
(xiv) Defense Priorities and Allocation System (DPAS): N/A
(xv) Proposal Submission Information:
Offers are due by 15 May 2026 at 1:00 PM Pacific Daylight Time (PDT). Offers must be sent to Karina Alvarez at karina.alvarez.4@us.af.mil and Amanda Tate at amanda.tate@us.af.mil via electronic mail. No late submissions will be accepted.
(xvi) For additional information regarding this solicitation contact:
Primary Point of Contact:
Karina Alvarez
Contract Specialist
Karina.alvarez.4@us.af.mil
Secondary Point of Contact:
Amanda Tate
Contracting Officer
Amanda.tate@us.af.mil
Karina Alvarez
Amanda Tate
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE TEST CENTER
FA9301 AFTC PZIO
FA9301 AFTC PZIO
CP 661-277-7575
5 SOUTH WOLFE AVE BLDG 2800
EDWARDS AFB, CA, 93524-1185
NAICS
Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
PSC
ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)