Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 6 PM
Combined Synopsis/Solicitation
New york New york

Environmental Hardware

Details

Solicitation ID FA875125Q0105
Posted Date 01 Jul 2025 at 6 PM
Response Date 08 Jul 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa8751 Afrl Riko
Agency Department Of Defense
Location New york New york United states 13441

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Wesco Aircraft Hardware Corporation

Valencia Northlake Wichita Glen cove Jonestown Santa clarita Orlando Fort worth

J & L America Incorporated

Southfield Livonia

Environmental Systems Research

Babylon Boulder Broomfield Redlands Saint charles Vienna

Sign up to access Documents

Signup now

This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested, and a written solicitation (paper copy) will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. 

Solicitation FA875125Q0105 is issued as a Request for Quote (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250117.

Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation, there are no applicable FASCSA orders.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as Total Small Business set aside under NAICS code 334512 and small business size standard 650 employees.

The contractor shall provide the following items on a Brand Name Only, firm fixed price basis including the cost of shipping FOB Destination. The brand name justification is located in Attachment No.1.

Part Number: RA12S-DAP-WAS

Description: Room Alert 12S - Mid Size Monitor with PoE, PRO

QTY: 2

Part Number: RA3S-ES0-BAS

Description: Room Alert 3S - Compact Monitor with PoE, PRO

QTY: 48

Part Number: GTMD-PRO-AAS

Description: RAA PROFESSIONAL Year (25 D, 10 S, 25 A, 7 R, 180

QTY: 1

Part Number: GTMD-ENT-AMS

Description: RAA ENTERPRISE Monthly

QTY: 3

Part Number: RMA-DTH-SEN

Description: Sensor - Digital Temperature & Humidity w 25' Cable

QTY: 52

Part Number: RMA-FS2-SEN

Description: Sensor - Flood SENSOR (Spot)

QTY: 52

SHIP HARDWARE TO:

DoDAAC: F4HBL1

Country Code: USA

AFRL RIOLSC

AF BPN NO MILSBILLS PROCESSES

120 ELECTRONIC PKWY

ROME, NY 13441-4516

UNITED STATES

Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.

Used, pre-owned, refurbished, or remanufactured goods will not be accepted.  Items must be factory new.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

DELIVERY

 

The anticipated delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.

INSTRUCTIONS

The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. 

Addendum to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3 PM, (Eastern Time) 08 JULY 2025.  Submit by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations, information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.

EVALUATION

The provision at FAR 52.212-2, Evaluation -- Commercial Items (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) technical capability.

All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.  

REPRESENTATIONS AND CERTIFICATIONS

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025) as well as the following:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)

252.225-7020, TRADE AGREEMENTS CERTIFICATE—BASIC (NOV 2014)

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) 

TERMS AND CONDITIONS

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)(MAR 2025) applies to this acquisition.

The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
 

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 

(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).

(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)) 
 

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note)

52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020)

52.219-28, Post Award Small Business Program Representation (JAN 2025)

52.222-3, Convict Labor (Jun 2003)

52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2025)

52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020)

52.222-50, Combating Trafficking in Persons (NOV 2021)

52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025- O0004)) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l)

52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513)

52.232-33, Payment By Electronic Funds Transfer—System for Award Management (Oct 2018)

52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.204-7 System for Award Management (NOV 2024)

52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)

52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)

52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)

52.204-22, Alternative Line-Item Proposal (Jan 2017)

52.247-34, FOB Destination (Nov 1991)

52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998)

52.252-2 Clauses Incorporated by Reference (FEB 1998)

252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)

252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)

252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)

252.204-7003 Control of Government Personnel Work Product (APR 1992)

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)

252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023)

252.211-7003, Item Identification and Valuation (JAN 2023)  

Para. (c)(1)(i): None

Para. (c)(1)(ii): None

Para. (c)(1)(iii): None

Para. (c)(1)(iv): None

Para. (f)(2)(iii): None

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 20230)

252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)

252.225-7013 Duty Free Entry (NOV 2023)

252.225-7048 Export-Controlled Items (JUN 2013)

252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)

252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)

252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation.(JUN 2023)

252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.(JUN 2023)

252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (AUG 2024) (DEVIATION 2024-O0014)

252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (AUG 2024) (DEVIATION 2024-O0014)

252.227-7015, Technical Data--Commercial Products and Commercial Services (JAN 2025)

252.227-7037, Validation of Restrictive Markings on Technical Data (JAN 2025)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)

252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)

252.232-7010, Levies on Contract Payments (DEC 2006)

252.239-7017, Notice Of Supply Chain Risk (DEC 2022)

252.239-7018, Supply Chain Risk (DEC 2022)

252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023)

252.246-7008, Source of Electronic Parts (JAN 2023)

252.247-7023, Transportation of Supplies by Sea – Basic (OCT 2024)

5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: [email protected]

CONTRACT ADMINISTRATION DATA

Note that the clause at 252.232-7003 is included in this solicitation.  DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.  All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.  The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://piee.eb.mil/).  Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml.  Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

Note that the clause at 252.211-7003 is included in this solicitation.  Agency specific guidance is provided below:

For proposed Line-Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.

UII/ UID component data elements should be marked on an item using two-dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.

(A)LABEL:

If using Construct 1: Encode the two-dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.

If using Construct 2: Encode the two-dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.

Any costs associated with complying with these terms should be included as part of the firm fixed price offer herein.

All responsible organizations may submit a quote, which shall be considered.

Similar Opportunities

Mechanicsburg Pennsylvania 07 Jul 2025 at 8 PM
Location Unknown 08 Jul 2025 at 4 AM
Apo Ap 09 Jul 2025 at 7 AM
Mechanicsburg Pennsylvania 21 Jul 2025 at 8 PM
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

New york New york 16 Aug 2011 at 6 PM
Eastern Kentucky 06 Jul 2017 at 4 PM
Location Unknown 20 Jan 2010 at 6 PM
Location Unknown 11 Aug 2010 at 7 PM