Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Air Force Research Laboratory is seeking quotes for a visible light transmission, haze, and opacity meter. This equipment must accommodate various specimen sizes and allow for hands-free operation. The solicitation is a total small business set-aside, and responses are due by September 30, 2025.
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-2025-0023
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
CONTRACT TYPE: Firm Fixed Price (FFP)
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: 333310
LISTING/DESCRIPTION OF ITEMS:
CLIN #: 0001
DESCRIPTION: One (1) transmission, haze, and opacity meter required to perform necessary measurements. The meter shall have an open compartment capable of accommodating small and large specimens, enable rapid sample exchange and precise positioning, and not be influenced by ambient light. It should also allow for easy attachment of customized sample holders and be operable in three orientations (horizonal and on either end) depending on the metric being measured (total transmittance, transmission haze, or opacity). Additionally, a foot pedal controller is required to initiate measurements, allowing hands-free operation for sample handling and device adjustment. The meter shall display all measurement results simultaneously for efficient date review.
Requirements/Salient Characteristics:
QTY: 1
UNIT: EA
ADDITIONAL REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify how long the quote is valid.
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery:
Dr. Darrel Hopper
2225 H Street, B248, R306
WPAFB, OH 45433
Requested Date of Delivery: As soon as possible but NLT 30 September 2025. Include lead time/delivery date in response.
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
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the Statement of Work.
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:
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) {add paragraph c for services} and considered applicable to this acquisition:
FAR 52.204-27
Prohibition on a ByteDance Covered Application
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 52.219-33
Nonmanufacturer Rule
FAR 52.222-3
Convict Labor
In solicitations and contracts above the micro-purchase threshold, when the contract will be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands; unless:
(a) The contract will be subject to 41 U.S.C. chapter 65, (see subpart 22.6), which contains a separate prohibition against the employment of convict labor;
(b) The supplies or services are to be purchased from Federal Prison Industries, Inc. (see subpart 8.6); or
(c) The acquisition involves the purchase, from any State prison, of finished supplies that may be secured in the open market or from existing stocks, as distinguished from supplies requiring special fabrication)
FAR 52.222-19
Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act
(In all solicitations and contracts, including acquisitions for commercial products, commercial services, and commercially available off-the-shelf items, except acquisitions-
(1) Under the simplified acquisition threshold. For indefinite-quantity contracts, include the clause only if the value of orders in any calendar year of the contract is expected to exceed the simplified acquisition threshold;
(2) For work performed exclusively outside the United States; or
(3) Covered (in their entirety) by an exemption granted by the Secretary)
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 52.226-8
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:
Additional provisions and clauses applicable to this requirement:
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 52.232-39
Unenforceability of Unauthorized Obligations
Clause
FAR 52.232-40
Providing Accelerated payments to Small Business Subcontractors
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
Provision
DFARS 252.204-7024
Notice on the Use of the Supplier Performance Risk System
Clause
DFARS 252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
Clause
DFARS 252.211-7003
Item Unique Identification and Valuation
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
Afrl.pk.workflow@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 27 August 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: jason.sav@us.af.mil
711 HPW/RHWID VISIBLE LIGHT TRANSMISSION, HAZE, AND OPACITY METER is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.