Closed Solicitation · DEPT OF DEFENSE
AI Summary
This opportunity is a request for quotation (RFQ) for the sole source acquisition of various electronic components and patchcords for the Department of Defense, specifically the Air Force. The contractor must deliver the products to Hill AFB, Utah, within 120 days after receipt of order. Offers are due by March 4, 2026.
Combined Synopsis/Solicitation
This solicitation is issued as a request for quotation (RFQ).
Contracting Officer's Business Size Selection
SOLE SOURCE, SEE SSJ
NAICS Code
336413
Small Business Size Standard
1,250 Employees
CLIN
Description
PN
QTY
1
Enclosure, 50 Module, Hinged Cover Plate, 6" Dee
410112463
2
2
ITA, 9050, 50 Module, VXI and Discrete Wiring, Dou
410104721
2
3
Protective Cover, 9050, VXI and Discrete Wiring, I
410114298
4
4
Enclosure, 50 Module, L-Shaped
410112770
4
5
Adapter Plate, 9050 Enclosure to 9025 ITA (ITA Pos
410112976
4
6
PC MP ITA 14 RED MP ITA
7-237214237-036
7
7
Patchcord Mini Power ITA 36" 14AWG RED Single
7-237214000-036
7
8
Patchcord Mini Power ITA 36" 14AWG Black Single
7-237014000-036
11
9
Patchcord Mini Power ITA 36" 14AWG Green Single
7-237514000-036
3
10
PC MP ITA 16 RED MP ITA
7-244216244-036
5
11
PCMPWR ITA 16 AWG RED
7-244216000-036
5
12
PCMPWR ITA 16 AWG BLK
7-244016000-036
5
13
Patchcord Mini Power ITA 20AWG White
7-240920000-036
11
14
PC TP ITA 20 WHT MP ITA
7-103920240-036
11
15
Signal, Patchcord, ITA, TriPaddle, 7 Amp, 36", 20
7-103920000-036
75
16
PC TP ITA 20 RED Flying Lead
7-103220000-036
25
17
PCSIG ITA 36" 20 AWG BLK SNG
7-103020000-036
40
18
Patchcord Signal ITA 36" 22 AWG White Double
7-103922103-036
3
19
Patchcord Signal ITA 36"22AWG White Mini Coax ITA
7-103922341-036
9
20
Signal, Patchcord, ITA, TriPaddle, 5 Amp, 36", 22
7-103922000-036
9
21
Patchcord Signal ITA 36" 22 AWG Black Single
7-103022000-036
38
22
Patchcord Mini Coax ITA 36" RG316 Double
7-331116331-036
20
23
Coaxial, Patchcord, ITA, Mini Coaxial, 50 Ohm, 3
7-331116000-036
84
24
Patchcord Mini Coax ITA 36" 22 AWG White Single
7-341922000-036
399
25
PC MC ITA 22 RED Flying Lead
7-341222000-036
3
26
Patchcord Mini Coax ITA 36" 22 AWG Black Single
7-341022000-036
20
27
PC MCSS ITA RG316 TAN MCRCX IT
7-339116361-036
14
28
PC MCSS ITA RG316 TAN MCSS
7-339116339-036
3
29
Mini Coaxial Solder Sleeve Patchcord, ITA, 50 Ohm,
7-339116000-036
7
30
Patchcord Micro Coax ITA RG316 TAN Micro Coax
7-361116361-036
27
31
Coaxial, Patchcord, ITA, Micro Coaxial, 50 Ohm, 36
7-361116000-036
44
32
Patchcord Signal QuadraPaddle ITA 36" 22AWG White
7-121922121-036
9
33
Signal, Patchcord, ITA, QuadraPaddle, 5 Amp, 36",
7-121922000-036
62
34
PCSIG QP ITA 36" 22AWG RED SNG
7-121222000-036
5
35
Patchcord Signal QuadraPaddle ITA 36" 22AWG White
7-121922121-036
27
36
Signal, Patchcord, ITA, QuadraPaddle, 5 Amp, 36",
7-121922000-036
396
37
PCSIG QP ITA 36" 22AWG RED SNG
7-121222000-036
29
38
Patchcord Signal QuadraPaddle ITA 36" 22AWG Blac
7-121022000-036
36
39
Tool, Inspection depth gage, mini coaxial, ITA
910121157
1
40
Tool, Inspection depth gage, mini coaxial, receive
910121156
1
Please indicate whether you are willing to accept an award under ONE CLIN/DELIVERABLE.
The contractor shall provide requested products to 309th SWEG located at Hill AFB, Utah. Please reference the attached document for detailed specifications. Attachments include:
Equipment List
Sole Source Justification
6137 Wardleigh Rd.
Bldg. 1515
Hill AFB, UT 84056
Delivery not to exceed 120 days ARO. License renewals are to last 12 MONTHS after delivery. FOB Destination.
(a) 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:
(i) price;
(ii) technical capability of the item offered to meet the Government requirement;
Based on the quote, the offerors need to meet the requirements on the product description found in the Solicitation.
(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications.. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
THIS IS A SOLE SOURCE REQUIREMENT. SEE ATTACHED SOLE SOURCE JUSTIFICAITON.
OTHER FAR CLAUSES AND PROVISIONS
52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.204-27 Prohibition on a ByteDance Covered Application. (June 2023)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).
52.217-9 Option to Extend the Term of the Contract
52.219-3 Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003)
52.222-19 Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).
52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999)
52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007)
52.222-35 Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).
52.222-37 Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).
52.222-40 Notification of employees rights under the national labor relations act (DEC 2010)
52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).
52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)
52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33 Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
52.252-2 Clauses incorporated by reference
52.252-6 Authorized Deviations in clauses
252.204-7004 Antiterrorism Awareness Training for Contractors.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.204-7023 Reporting Requirements for Contracted Services
252.232-7003 Electronic Submission of Payment request and Receiving reports
252.232-7006 Wide Area WorkFlow Payment instructions
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Kayla Marshall, 6038 Aspen Ave,
Bldg 1289 Upstairs, Hill AFB, UT 84056, Phone: (801) 777-6549, kayla.marshall@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer
(End of clause)
N/A
N/A
All questions or comments must be sent to Audrey Armstrong by email at audrey.armstrong.4@us.af.mil, NLT 1100 February 26 2026. Offers are due by 4 March 2026 via electronic mail to audrey.armstrong.4@us.af.mil
For additional information regarding the solicitation contact audrey.armstrong.4@us.af.mil
Notice to Offerors:
The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
Notice to Other Organizations: Q&A for the purpose of research that is immaterial to the requirement details may not be responded to.
MRIU BUILD PARTS - SOLE SOURCE 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.