Active Solicitation · DEPT OF DEFENSE

    GROUND SUPPORT UNIT- NAME BRAND

    Sol. FA930226Q0053Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)EDWARDS AFB, CA
    Open · 8d remaining
    DAYS TO CLOSE
    8
    closes May 22, 2026
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    1730
    Product & service classification

    AI Summary

    This opportunity is a combined synopsis/solicitation for a brand name ground power unit, specifically set aside for small businesses. Interested vendors must submit their quotes by May 22, 2026, and adhere to the evaluation criteria outlined in the solicitation. The procurement is under FAR Part 13, utilizing simplified acquisition procedures.

    Contract details

    Solicitation No.
    FA930226Q0053
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 14, 2026
    Response Deadline
    May 22, 2026
    NAICS Code
    336413AI guide
    PSC / Class Code
    1730
    Issuing Office
    FA9302 AFTC PZZ
    Primary Contact
    Jaymi Taplin
    State
    CA
    ZIP Code
    93524-1185
    AI Product/Service
    product

    Description

    This is a Combined Synopsis/Solicitation for the acquisition of a brand name small business set- aside for a ITS Ground Power Unit. Please see attached solicitation documents for further details.

    1. This is a combined synopsis/solicitation for commercial products prepared in accordance with RFO Part 12. This announcement constitutes the only solicitation. A quotation is requested, and a separate written solicitation will not be issued.
    2. Solicitation Number: FA930226Q0053 ** Please provide the full solicitation number on all packages.**
    3. NOTICE OF SMALL BUSINESS SET ASIDE: The AFTC Contracting Directorate (AFTC/PZZF), Edwards AFB intents to issue a Firm-Fixed Price purchase order to a small business under the authority of 6.104, “Justification and approval.” Market research has determined that two or more small businesses are capable of meeting this requirement. The solicitation incorporates provisions and clauses by reference. The full text provisions and clauses may be accessed electronically at  https://www.acquisition.gov/far-overhaul.
    4. Any responsible sources who believe they can meet all the requirements described in this synopsis may submit, in writing, a complete quote and technical capability statement for consideration. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.  Offerors shall submit quotes via email, please do not the maximum file size 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
    5. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are in effect through the Revolutionary Federal Acquisition Regulations Overhaul (RFO) 2026-1, R-DFARS Change 03/09/2026, and Class Deviation 2026-O0015.
    6. THIS REQUIREMENT WILL BE: Small Business Set- Aside, Brand Name Firm Fixed Priced Purchase Order. The North American Industry Classification System (NAICS) number for this acquisition is 336413 with a size standard of 1250 employees.
    7. Place of Delivery and Acceptance: Place of Delivery and Acceptance will be  115 Gregorious Ave, Bldg 3736, Edward AFB, CA.
    8. The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/far-overhaul.

    Offerors shall prepare their quotations in accordance with 52.212-1. In addition, the following information shall be included:

    PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:

    • SAM UEI:
    • TIN Number:
    • CAGE Code:
    • Contractor Name:
    • Payment Terms (NET 30) or Discount:
    • Point of Contact Name and Phone Number:
    • Email address:
    • Warranty:
    • Date Offer Expires:
    • FOB Destination: Edwards AFB, CA 93524
    • Estimated Delivery Lead Time:
    1. The provision at FAR 52.212-2 Evaluation – Commercial items applies to this acquisition.

    ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***

    ADDENDUM to FAR 52.212-2, Evaluation – Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer 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:

    Evaluation Factors:

    1. Price - As the evaluation of competing quotations in the technical aspect become more equal in rating, the more important Price shall become in selecting the best value for the government.

    2. Technical Acceptability

    The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ, and considered to be the LTPA.

    BASIS OF CONTRACT AWARD: This is a restricted solicitation. This is a competitive small business set aside solicitation using simplified acquisition procedures and Best Value Trade-off in which competing offerors technical performance and price will be evaluated to determine the award. Technical areas are more important than Price.

    1. By submission of its offer in accordance with the instructions provided in provisions FAR 52.212-1 “ Instructions to Offerors” the offeror accedes to all solicitation requirement, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

    Responses to this RFQ will be evaluated against the following factors:

            Factor 1: Technical Acceptability

            Factor 2: Price

    The Government will award a purchase order to the responsible offeror whose quote is responsive to the RFQ and is determined to be the Lowest Price Technically Acceptable.

    Questions: The period for questions regarding this RFQ will end at 12:00 PM (PDT) on 22 May 2026. Please send all questions to the buyer via email at jaymi.taplin@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.

    Responses must be received no later (NLT) 10:00 a.m., Pacific Standard Time, 22 May 2026. Responses should be submitted via email to; Contracting Specialist Jaymi Taplin (AFTC/PZZF), Email: jaymi.taplin@us.af.mil or Contracting Officer Christina Day (AFTC/PZZF), Email: christina.day.6@us.af.mil.

    Key dates

    1. May 14, 2026Posted Date
    2. May 22, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GROUND SUPPORT UNIT- NAME BRAND 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.