Closed Solicitation · DEPT OF DEFENSE

    711 HPW/RHWID VISIBLE LIGHT TRANSMISSION, HAZE, AND OPACITY METER

    Sol. COMBO-AFRL-PZLEQ-2025-0023Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WRIGHT PATTERSON AFB, OH
    Closed
    STATUS
    Closed
    closed Aug 27, 2025
    POSTED
    Aug 18, 2025
    Publication date
    NAICS CODE
    333310
    Primary industry classification
    PSC CODE
    6625
    Product & service classification

    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.

    Contract details

    Solicitation No.
    COMBO-AFRL-PZLEQ-2025-0023
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 18, 2025
    Response Deadline
    August 27, 2025
    NAICS Code
    333310AI guide
    PSC / Class Code
    6625
    Primary Contact
    Jason Sav
    State
    OH
    ZIP Code
    45433-7541
    AI Product/Service
    product

    Description

    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:

    •  See Statement of Work (SOW)

    QTY:

    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.

    • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
    • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

    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

    Key dates

    1. August 18, 2025Posted Date
    2. August 27, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.