Active Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting quotes for cordless nutrunner tools, including batteries and chargers, under solicitation number W50S7F26Q0021. This opportunity is set aside for small businesses and requires delivery within 60 days. Quotes must include pricing and past performance information, and will be evaluated based on price, technical capability, delivery, and past performance.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number W50S7F26Q0021 is issued as a Request for Quotation (RFQ) for Cordless Nutrunner Tools.
This acquisition is set aside 100% for small business concerns. North American Industrial Classification Standard 333991 applies to this solicitation; business size standard is 950 employees. The Contracting Officer reserves the right to award under a different NAICS if the company qualifies as a small business under the solicited NAICS. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The following is needed:
CLIN0001 Qty: 8 ea. 40 volt Cordless Nutrunner with the following characteristics
-Brushless Motor
-Angle wrench for low clearance areas
-Multifunction Display
-Programmable Configurations
-Pin Detent Retainer
-1/2” Drive
-80 Nm Torque
CLIN0002 Qty: 12 ea. 2.5 Amp hour/40 volt batteries for associated nutrunner
CLIN0003 Qty: 6 ea. 40 volt battery chargers for associated nutrunners and batteries
Preparing and Submitting your Quote:
Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022. These items must be delivered within 60 days after date of contract. If you cannot meet this request, please provide your best delivery date. Please make quotes valid for a minimum of 60 days.
Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include place of manufacture for all items. Include feasible delivery dates.
Preferred CLIN structure:
CLIN0001: Nutrunner, 8 EA
CLIN0002: Batteries, 12 EA
CLIN0003: Battery Chargers, 6 EA
All questions and quotes must be directed to Joshua Fish at joshua.fish.1@us.af.mil and Rebecca Dimler at rebecca.dimler@us.af.mil no later than two business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing.
Place the solicitation number in the subject line of any email.
Evaluation:
The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government and on the basis of a Best Value approach. Quotes will be evaluated using price, technical, delivery, and past performance. Technical, delivery, and past performance, when combined, are approximately equal to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 12.203. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted.
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; accept other than the lowest offer; and waiver informalities and minor irregularities in offers received.
GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov.
Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.
A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations:
The selected Offeror must comply with the following Clauses, which are incorporated herein by reference:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-13 System for Award Management-Maintenance (DEV 2026-O0043) (FEB 2026)
52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)
52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (DEV 2026-O0042) (FEB 2026)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (DEV) (FEB 2026)
52.212-4 Contract Terms and Conditions--Commercial Items (DEV 2026-O0028) (FEB 2026)
52.219-8 Utilization of Small Business Concerns (NOV 2025)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2025)
52.222-3 Convict Labor (DEV 2026-O0040) (FEB 2026)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (DEV 2026-O0040) (FEB 2026)
52.222-20 Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (DEV 2026-O0040) (FEB 2026)
52.222-40 Notification of Employees Rights Under the National Labor Relations Act (DEV 2026-O0040) (FEB 2026)
52.222-50 Combating Trafficking in Persons (DEV 2026-O0040) (FEB 2026)
52.222-90 Addressing DEI Discrimination by Federal Contractors (DEV 2026-O0040 Rev 1) (APR 2026)
52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024)
52.223-23 Sustainable Products (DEV 2026-O0018) (FEB 2026)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-2 Service of Protest (SEP 2006)
52.233-3 Protest after Award (DEV 2026-O0026) (FEB 2026)
52.233-4 Applicable Law for Breach of Contract (FEB 2026)
52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984)
52.240-91 Security Prohibitions and Exclusions (DEV 2026-O0025) (FEB 2026)
52.244-6 Subcontracts for Commercial Products and Commercial Services (DEV 2026-O015) (FEB 2026)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.252-6 Authorized Deviations In Clauses (NOV 2020)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (JAN 2023)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.204-7003 Control Of Government Personnel Work Product (APR 1992)
252.204-7009 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEV 2024-O0013, REV 1) (MAY 2024)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)
252.211-7003 Item Unique Identification and Valuation (JAN 2023)
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)
252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)
252.223-7998 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanic Acid (Dev 2022-O0010, REV 1) (APR 2023)
252.225-7001 Buy American and Balance of Payments Program (FEB 2024)
252.225-7002 Qualifying Country Sources Subcontractors (MAR 2022)
252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (FEB 2024)
252.225-7048 Export-Controlled Items (JUN 2013)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JAN 2023)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEV 2024-O0014) (AUG 2024)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7010 Levies on Contract Payments (DEC 2006)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JAN 2023)
252.243-7001 Pricing Of Contract Modifications (DEC 1991)
252.244-7000 Subcontracts for Commercial Items (NOV 2023)
252.247-7023 Transportation of Supplies by Sea (OCT 2024)
Provisions
52.203-18 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation (JAN 2017)
52.204-7 System for Award Management (DEV 2026-O0043) (FEB 2026)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEV 2026-O0042) (FEB 2026)
52.219-1 Small Business Program Representations (DEV 2026-O0037) (FEB 2026)
52.225-18 Place of Manufacture (AUG 2018)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023)
252.223-7997 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid—Representation (DEV 2022-O0010, REV 1) (SEP 2022)
252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (FEB 2024)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region—Certification (JAN 2023)
252.225-7061 Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (JAN 2023)
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APR 2021)
252.240-7998 Prohibition on the Procurement of Covered Semiconductor Products and Services from Companies Providing Covered Semiconductor Products and Services to Huawei—Representation (DEV 2025-O0007) (SEP 2025)
Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.
52.219-14 LIMITATIONS ON SUBCONTRACTING (DEVIATION 2026-O0037) (FEB 2026)
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that—
(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and
(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.
(c) Applicability. This clause applies only to—
(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(3) Contracts that have been awarded on a sole-source basis in accordance with sections 19.105, 19.106, 19.107, and 19.108;
(4) Orders expected to exceed the simplified acquisition threshold and that are set aside for small business concerns under multiple-award contracts, as described in 8.4 and 16.5;
(5) Orders, regardless of dollar value, that are set aside in accordance with sections 19.105, 19.106, 19.107, and 19.108 under multiple-award contracts, as described in 8.4 and 16.5; and
(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for—
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
(f) The Contractor shall comply with the limitations on subcontracting as follows:
(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause—
[Contracting Officer check as appropriate.]
□ By the end of the base term of the contract and then by the end of each subsequent option period; or
□ By the end of the performance period for each order issued under the contract.
(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.
(g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.
(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.
(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions.
(End of clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
(a) Definitions. As used in this clause—
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://piee.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://piee.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items—
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
Invoice and Receiving Report OR COMBO
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
N/A
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance-based payments, submit a performance-based payment request.
(v) For commercial financing, submit a commercial financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Field Name in WAWF
Data to be Entered in WAWF
CLIN(s)
0001
Pay Official DoDAAC
F87700
Issue By DoDAAC
W50S7F
Admin DoDAAC **
W50S7F
Inspect By DoDAAC
BLOCK #15
Ship To Code
BLOCK #15
Ship From Code
____
Mark For Code
____
Service Approver (DoDAAC)
____
Service Acceptor (DoDAAC)
____
Accept At Other DoDAAC
____
LPO DoDAAC
____
DCAA Auditor DoDAAC
____
Other DoDAAC(s)
____
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.
Rebecca.dimler@us.af.mil
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
CORDLESS NUTRUNNERS 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.