Inactive
Notice ID:FA520925Q0072
UPDATE (September 10, 2025) Amendment FA520925Q00720001 was issued for this solicitation. See FA520925Q00720001 and SF 30 attachments for complete details of changes. New Offer Due Date: September 17,...
UPDATE (September 10, 2025) Amendment FA520925Q00720001 was issued for this solicitation. See FA520925Q00720001 and SF 30 attachments for complete details of changes. New Offer Due Date: September 17, 2025 at 4:30 PM, Japan Standard Time (JST) ---------------------------------------------------------------------------------------------------------------- 1. 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; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. 2. Solicitation FA520925Q0072 is issued as a Request for Quote (RFQ). 3. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025, DFARS provisions and clauses in effect 01/17/2025, and DAFFARS provisions and clauses in effect 10/16/2024. 4. This requirement will be: Full and Open Competitive (Authorized Resellers). The North American Industry Classification System (NAICS) number for this acquisition is 334515 with a size standard of 750 employees. 5. Offerors are required to submit a quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. 6. The contractor shall provide the items listed in the CLINs below on a Brand Name, firm fixed price basis, including the cost of shipping to FOB Destination. 7. CLIN 0001: 2x FieldFox Handheld RF Analyzer/Keysight Part# N9913C with these additions and accessories: Option-210 Vector network analyzer transmission/ reflection Option-211 Vector network analyzer full 2-port Parameters Option-215 TDR cable measurements Option-233 Spectrum analyzer Option-302 USB power sensor support Option-308 Vector voltmeter Add-Ons: 1x Cal Kit (855191A) 1x USB Power Sensor 10MHz - 6GHz (U2061XA) 8. The government will issue a purchase order to the offeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet defined products within Salient Characteristics document or Items listed in Section 6. See FAR Clause 52.212-2 Evaluation –Commercial Products and Commercial Services (Nov 2021) under section xii for further details. 9. Attachments: Salient Characteristics Brand Name Only J&A 10. The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ 11. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items 12. 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: UEI Number: CAGE Code: Contractor Name: Point of Contact and Phone Number: Email address: Date Offer Expires: Shipping Cost: Delivery Lead Time: Warranty (if applicable): Offers are due by 09 September 2025 at 16:00 PM (Tokyo Standard Time). Offers must be sent to Shaquille Simister via email at shaquille.simister.3@us.af.mil.