Active Solicitation · DEPT OF DEFENSE

    HEXAPOD FOR PRECISION MOTION AND ANGULAR POSITIONING

    Sol. COMBO-AFRL-PZLEQ-2026-0005Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WRIGHT PATTERSON AFB, OH
    Open · 7d remaining
    DAYS TO CLOSE
    7
    closes May 22, 2026
    POSTED
    May 15, 2026
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    6640
    Product & service classification

    AI Summary

    The Air Force Research Laboratory is soliciting quotes for a hexapod system and ancillary items. This opportunity is set aside for small businesses and requires delivery 16 weeks after award. Interested vendors should refer to the Minimum Requirements Document for specifications.

    Contract details

    Solicitation No.
    COMBO-AFRL-PZLEQ-2026-0005
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 15, 2026
    Response Deadline
    May 22, 2026
    NAICS Code
    541330AI guide
    PSC / Class Code
    6640
    Primary Contact
    Mike Hornberger
    State
    OH
    ZIP Code
    45433-7541
    AI Product/Service
    product

    Description

    GENERAL STATEMENT:

    This is a combined synopsis/solicitation for a commercial item 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-2026-0005

    [X] Request for Quotation (RFQ) [  ] Request for Proposal (RFP) [   ] Invitation for Bid (IFB)

    REGULATION IDENTIFICATION:

    This solicitation and the incorporated provisions and clauses are those in effect through Revolutionary FAR Overhaul (RFO) Part 12 – Acquisition of Commercial Products and Services, Effective 14 August 2025.

    NOTICE OF SMALL BUSINESS SET-ASIDE:

    Set-aside Type 

    100% Total Small Business

    NAICS Size Standard

    541330 - Military and Aerospace Equipment

    LISTING/DESCRIPTION OF ITEMS:

    CLIN #

    DESCRIPTION

    QTY

    UNIT

    0001

    Vendor shall deliver one (1) Hexapod system and ancillary items IAW Minimum Requirements Document dated 15 May 2026 (attached).

    1

    EA

    DELIVERY INFORMATION:

    FOB:   [X] Destination

                [   ] Origin

    Place of Delivery:

                AFRL/RWTSH

                101 W Eglin Blvd

    Eglin AFB, FL 32542

    Requested Date of Delivery:

    16 Weeks After Date of Award

    INSTRUCTIONS TO OFFERORS:

    The provision at RFO 52.212-1, Instructions to Offerors – Commercial Products and Services, applies to this acquisition.

    Addenda:

                N/A

    EVALUATION OF OFFERS:

    The provision at RFO 52.212-2, Evaluation – Commercial Products and Services, 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 Minimum Requirements Document dated 15 May 2026.

    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.

    CONTRACT TERMS & CONDITIONS:

    The clause at RFO 52.212-4, Terms and Conditions – Commercial Products and Services, applies to this acquisition.

    Addenda: N/A

               

    REQUIRED PROVISIONS:

    In accordance with RFO 12.205(a)(3), the following provisions are incorporated if applicable based on the provision prescription:

    Provision Number

    Provision Title

    RFO 52.203-11

    Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

    RFO 52.203-18

    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

    RFO 52.204-7

    System for Award Management—Registration

    RFO 52.204-7 with Alt I

    System for Award Management—Registration, with Alternate I

    RFO 52.204-90

    Offeror Identification

    RFO 52.207-6

    Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)

    RFO 52.209-12

    Certification Regarding Tax Matters

    RFO 52.219-2

    Equal Low Bids

    RFO 52.222-18

    Certification Regarding Knowledge of Child Labor for Listed End Products

    RFO 52.222-56

    Certification Regarding Trafficking in Persons Compliance Plan

    RFO 52.222-90

    Addressing DEI Discrimination by Federal Contractors

    RFO 52.223-4

    Recovered Material Certification

    RFO 52.225-2

    Buy American Certificate

    RFO 52.225-4

    Buy American-Free Trade Agreements-Israeli Trade Act Certificate

    RFO 52.225-6

    Trade Agreements-Certificate

    RFO 52.225-20

    Prohibition on Conducting Restricted Business Operations in Sudan-Certification

    RFO 52.225-25

    Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

    RFO 52.226-3

    Disaster or Emergency Area Representation

    RFO 52.229-11

    Tax on Certain Foreign Procurements—Notice and Representation

    RFO 52.240-90

    Security Prohibitions and Exclusions Representations and Certifications

    REQUIRED CLAUSES:

    In accordance with RFO 12.205(b)(2), the following provisions are incorporated if applicable based on the clause prescription:

    Clause Number

    Clause Title

    RFO 52.203-6 with Alt I

    Restrictions on Subcontractor Sales to the Government

    RFO 52.203-13

    Contractor Code of Business Ethics and Conduct

    RFO 52.203-17

    Contractor Employee Whistleblower Rights

    RFO 52.203-19

    Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

    RFO 52.204-9

    Personal Identity Verification of Contractor Personnel

    RFO 52.204-13

    System for Award Management—Maintenance

    RFO 52.204-91

    Contractor identification

    RFO 52.209-6

    Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

    RFO 52.209-9

    Updates of Publicly Available Information Regarding Responsibility Matters

    RFO 52.209-10

    Prohibition on Contracting with Inverted Domestic Corporations

    RFO 52.219-4

    Notice of Price Evaluation Preference for HUBZone Small Business Concerns

    RFO 52.219-6

    Notice of Total Small Business Set-Aside

    RFO 52.219-6 with Alt I

    Notice of Total Small Business Set-Aside, with Alternate I

    RFO 52.219-8

    Utilization of Small Business Concerns

    RFO 52.219-9

    Small Business Subcontracting Plan

    RFO 52.219-9 with Alt I

    Small Business Subcontracting Plan, with Alternate I

    RFO 52.219-9 with Alt II

    Small Business Subcontracting Plan, with Alternate II

    RFO 52.219-9 with Alt III

    Small Business Subcontracting Plan, with Alternate III

    RFO 52.219-9 with Alt IV

    Small Business Subcontracting Plan, with Alternate IV

    RFO 52.219-14

    Limitations on Subcontracting

    RFO 52.219-16

    Liquidated Damages—Subcontracting Plan

    RFO 52.219-33

    Nonmanufacturer Rule

    RFO 52.222-3

    Convict Labor

    RFO 52.222-19

    Child Labor—Cooperation with Authorities and Remedies

    RFO 52.222-35

    Equal Opportunity for Veterans

    RFO 52.222-35 with Alt I

    Equal Opportunity for Veterans, with Alternate I

    RFO 52.222-36

    Equal Opportunity for Workers with Disabilities

    RFO 52.222-36 with Alt I

    Equal Opportunity for Workers with Disabilities, with Alternate I

    RFO 52.222-37

    Employment Reports on Veterans

    RFO 52.222-40

    Notification of Employee Rights Under the National Labor Relations Act

    RFO 52.222-50

    Combating Trafficking in Persons

    RFO 52.222-50 with Alt 

    Combating Trafficking in Persons, with its Alternate I

    RFO 52.222-54

    Employment Eligibility Verification

    RFO 52.222-62

    Paid Sick Leave Under Executive Order 13706

    RFO 52.223-9

    Estimate of Percentage of Recovered Material Content for EPA-Designated Items

    RFO 52.223-9 with Alt I

    Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I

    RFO 52.223-11

    Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons

    RFO 52.223-20

    Aerosols

    RFO 52.223-21

    Foams

    RFO 52.223-23

    Sustainable Products and Services

    RFO 52.224-3

    Privacy Training

    RFO 52.224-3 with Alt I

    Privacy Training, with Alternate I

    RFO 52.225-1

    Buy American-Supplies

    RFO 52.225-1 with Alt 

    Buy American-Supplies, with Alternate I

    RFO 52.225-3

    Buy American-Free Trade Agreements-Israeli Trade Act

    RFO 52.225-3 with Alt II

    Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II

    RFO 52.225-3 with Alt III

    Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III

    RFO 52.225-3 with Alt IV

    Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV

    RFO 52.225-5

    Trade Agreements

    RFO 52.225-19

    Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States

    RFO 52.225-26

    Contractors Performing Private Security Functions Outside the United States

    RFO 52.226-4

    Notice of Disaster or Emergency Area Set-Aside

    RFO 52.226-5

    Restrictions on Subcontracting Outside Disaster or Emergency Area

    RFO 52.226-8

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    RFO 52.229-12

    Tax on Certain Foreign Procurements

    RFO 52.232-29

    Terms for Financing of Commercial Products and Commercial Services

    RFO 52.232-30

    Installment Payments of Commercial Products and Commercial Services

    RFO 52.232-33

    Payment by Electronic Funds Transfer—System for Award Management

    RFO 52.232-34

    Payment by Electronic Funds Transfer—Other than System for Award Management

    RFO 52.232-36

    Payment by Third Party

    RFO 52.232-40

    Providing Accelerated Payments to Small Business Subcontractors

    RFO 52.233-3

    Protest After Award

    RFO 52.233-4

    Applicable Law for Breach of Contract Claim

    RFO 52.240-91

    Security Prohibitions and Exclusions

    RFO 52.240-91 with Alt I

    Security Prohibitions and Exclusions, with Alternate I

    RFO 52.240-92

    Security Requirements

    RFO 52.240-92 with Alt II

    Security Requirements with Alternate II

    RFO 52.240-93

    Basic Safeguarding of Covered Contractor Information Systems

    RFO 52.244-6

    Subcontracts for Commercial Products and Commercial Services

    RFO 52.247-64

    Preference for Privately Owned U.S.-Flag Commercial Vessels

    RFO 52.247-64 with Alt I

    Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I

    RFO 52.247-64 with Alt II

    Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II

    ADDITIONAL CONTRACT REQUIREMENTS:

    1. Offeror shall include all warranty requirements and documentation with quote.

    1. Offerors shall identify how long the quote is valid.

    DPAS APPLICABILITY:

    This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).

    SOLICITATION CLOSING INFORMATION:

    Quotes are due by: 22 May 2026, @ 12:00 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: Mike Hornberger

    Title:   Contract Specialist

    Email: michael.hornberger.1@us.af.mil

    Key dates

    1. May 15, 2026Posted Date
    2. May 22, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    HEXAPOD FOR PRECISION MOTION AND ANGULAR POSITIONING 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.