Skip to main content

An official website of the United States government

You have 2 new alerts

CUSTOM CABLES

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Mar 12, 2025 01:17 pm CDT
  • Original Date Offers Due: Mar 31, 2025 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 15, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    San Antonio , TX 78243
    USA

Description

Please see attachments

                                                                          Request for Quote (RFQ)
                                                                                 12 March 2025

1.  This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format i n Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; no further written solicitation will be issued.  The solicitation number FA8307-25-Q-B035 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division's Contracting Office (AFLCMC/HNCK), Joint Base San Antonio (JBSA)-Lack land TX, intends to award a Firm Fixed Price purchase order utilizing Simplified Acquisition Procedures resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-03 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20250117. The clauses and provisions referenced in this solicitation may be obtained in full text form located at Federal Acquisition Regulations at https://www.acquisition.gov.

2.  This is a 100% Set-Aside for Small Business in accordance with FAR 13. Detailed technical data and drawings for the manufacture of this item are not available from the Government.  The North American Industry Classification System (NAICS) code is 334419. The size standard is 750 Employees IAW FAR 52.219-1, Small Business Program Representations (Feb 2024). If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability to the Contract Specialist within seven (7) days of this publication.  Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or woman owned business and whether they are U.S. or foreign owned.  An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition.  Before consulting the Ombudsman, concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution.  IAW AFFARS 5352.20 1-9101, the AFLCMC Ombudsman is Deputy Director, Acquisition Excellence & Program Execution Directorate at AFLCMC/AQ-AZ Workflow (email: ASCA@us.af.mil) or at 937-255-5512/DSN 785-5512, Wright-Patterson AFB, OH.       

3.  The US Air Force is seeking to acquire the following items: 

NSN #                               PN#                                                  Quantity

5995-01-496-3703CS       FL51242-5                                            285


4.  The RFQ requirements are as follows:
•    Delivery: 120Days ARO or provide your best delivery schedule; See Attached for Shipping Information
•    Inspection/Acceptance: Destination
•    FOB: Destination 
•    Inspection: FAR 52.246-1, Contractor Responsibility for Inspection.
•    Marking of Shipments (Packing, Marking, Consignment Instructions)
•    Packing/Packaging – IAW Commercial ASTM D3951
•    Payment must be processed electronically through WAWF
•    Prices are valid for 30 days.

5.  The following provisions and clauses apply to this acquisition:

FAR Provisions:

52.204-07 -- System For Award Management (Nov 2024)
52.204-16 – Commercial and Government Entity Code Reporting (Aug 2020)
52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.212-01 -- Instructions To Offerors - Commercial Items (Sep 2023)
52.212-03 -- Offeror Representations and Certifications -- Commercial Items. (May 2024)
52.212-3 –   Offeror Reprensentations and Certifications-Commercial Products and Commercial Services (Alernate I) (Feb 2024)
52.223-10 – Waste Reduction Program (May 2024)
52.223-23 – Sustainable Products and Services (May 2024)
52.226-3 -- Disaster or Emergency Area Reprensentation (Nov. 2007)

DFARS Provisions:

252.203-7005 -- Representation Relating to Compensation of Former DoD Officials (Sep 2022)
252.204-7017 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (May 2021)
252.204-7019 -- Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2023)
252.204-7024 – Notice on the Use of the Supplier Performance Risk System (Mar. 2023)
252.225-7059 -- Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (June 2023)
252-255-7055 -- Representation Regarding Business Operations with the Maduro Regime (May 2022)

FAR Clauses:

52.204-13 -- System For Award Management Maintenance (Oct 2018)
52.204-18 – Commercial and Government Entity Code Maintenance (Aug 2020)
52.212-04 -- Contract Terms and Conditions -- Commercial Items. (Nov 2023)
52.212-05 -- Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (Jan 2025), to include the following clauses: (b) 52.203-17, 52.204-27, 52.209-6, 52.219-6, 52.219-7, 52.219-08, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, and 52.232-33.
52.232-01 -- Payments (Apr 1984)
52.232-08 -- Discounts For Prompt Payment (Feb 2002)
52.232-39 -- Unenforceability Of Unauthorized Obligations (Jun 2013)
52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Nov 2023)
 52.233-01 -- Disputes (May 2014)
52.233-04 -- Applicable Law for Breach of Contract Claim (Oct 2004)
 52.247-34 -- F.O.B. Destination (Nov 1991)

DFARS Clauses:
252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. (Sep 2011) 
252.203-7002 -- Requirement To Inform Employees of Whistleblower Rights (Dec 2022) 
252.204-7008 – Compliance with Safeguarding Covered Defense Information Controls. (Oct. 2016)
252.204-7012 – Safeguarding Covered Defense Information and Cyber Incident Reporting. (May 2024)
252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
252.204-7018 -- Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. (Jan 2023)
252.211-7003 – Item Unique Identification and Valuation (Jan. 2023)
252.204-7020 – NIST SP 800-171 DoD Assessment Rquirement. (Jan.2023)
252.223-7008 -- Prohibition of Hexavalent Chromium (Jan 2023)
252.225-7001 -- Buy American and Balance of Payments Program (Feb 2024)
252.225-7002 -- Qualifying Country Sources as Subcontractors (Mar 2022)
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. 2001
252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
 252.232-7006 -- Wide Area Workflow Payment Instructions (Jan 2023)
252.232-7010 -- Levies On Contract Payments (Dec 2006)
252.244-7000 -- Subcontracts For Commercial Items (Nov 2023)
252.247-7023 -- Transportation of Supplies by Sea-Basic (Oct 2024)

AFFARS Clause:
5352.201-9101- Ombudsman (July 2023), will be included in this Acquisition’s Solicitation and Purchase Order. The AFLCMC Ombudsman, Deputy Director, Acquisition Excellence & Program Execution Directorate, can be contacted at AFLCMC/AQ-AZ Workflow (email: ASCA@us.af.mil) or at 937-255-5512/DSN 785-5512, Wright-Patterson AFB, OH.

SAM Registration: Prospective awardee shall be registered in the System for Award Management (SAM) database prior to award. See contract clause 52.204-7 -- System for Award
Management Registration (Nov 2024). Information on registration may be obtained via the Internet at: http://www.sam.gov or https://www.acquisition.gov.

Copies of all provisions and clauses, including Representations and Certifications, are  available at https://www.acquisition.gov.

Delivery Address; FB2307, CCSD/HNCADR, 230 Hall Blvd, Bldg 2028, Ste. 128San   Antonio, TX 78243-7052.

Please complete the following:

Payment Terms:          Gov't Discount: If any._                 
Company Name:               Cage Code:      
POC:      
Telephone #:     
E-Mail Address:      

6.  The Government will award a single purchase order resulting from this RFQ in accordance with the responsible offeror whose offer represents the best value in terms of technical capability/acceptability and price.

7.  Quotes must be received by 31 March 2025@ 1200 PM CST.  Submit quotes to Rolando Pasayan at rolando.pasayan.1@us.af.mil.

 3 Attachments:
DD Form 1653 
AFMC Form 158
 

Contact Information

Contracting Office Address

  • CP 210 977 2497 230 HALL BLVD STE 114
  • SAN ANTONIO , TX 78243-7007
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 12, 2025 01:17 pm CDTCombined Synopsis/Solicitation (Original)