Search Contract Opportunities

AFRL/DO Ground Radar System for SkyVision Test Site   2

ID: COMBO-AFRL-PZLEQ-2025-0012 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 6, 2025, 11:48 a.m. EDT

GENERAL STATEMENT:

This is a combined synopsis/solicitation for commercial items 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-2025-0012

[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 Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025

NOTICE OF SMALL BUSINESS SET-ASIDE:

Set-aside Type: Not Applicable

NAICS Size Standard: 334511

LISTING/DESCRIPTION OF ITEMS:

CLIN #: 0001

QTY: 1

UNIT: EA

DESCRIPTION: One (1) ground radar system to cover low altitude and area coverage gaps in the FAA surveillance network.

Requirements/Salient Characteristics:

  • Provides 3-D positioning and 360 coverage
  • High probability of detection and tracking continuity for crewed airborne aircraft.
  • ADS-B capability installed and operational
  • Detection range of approximately 40km
  • Low failure rate
  • Standard power requirements (110/240 VAC 50/60 Hz, <= 1,800 watts)
  • Less than 200lbs to minimize installation infrastructure requirements
  • Emission frequency within a protected aeronautical navigation band
  • Installation, integration, and training support available (Installation location slides attached)
  • Radar controls need to be operated remotely.
  • Supports standard ASTERIX data interface.
  • Radome for the system
  • Training and maintenance plan options.

DELIVERY INFORMATION:

FOB: [X] Destination

[ ] Origin

Place of Delivery:

AFRL/DOM

1323 W. Blee Road

Springfield, Oh 45502

Requested Date of Delivery: NLT 12 months after award. Include lead time/delivery date in response.

INSTRUCTIONS TO OFFERORS:

The provision at FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.

Addenda:

N/A

EVALUATION OF OFFERS:

The provision at FAR 52.212-2 , Evaluation -- Commercial Products and Commercial Services (Nov 2021), 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 Statement of Work.

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.

OFFEROR REPRESENTATIONS AND CERTIFICATIONS:

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote.

  • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
  • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

CONTRACT TERMS & CONDITIONS:

The clause at FAR 52.212-4 , Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.

Addenda:

N/A

REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:

The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.

The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition:

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

FAR 52.204-23

Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities

FAR 52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

FAR 52.233-3

Protest After Award

FAR 52.233-4

Applicable Law for Breach of Contract Claim

The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition:

FAR 52.203-6 Alt I

Restrictions on Subcontractor Sales to the Government

FAR 52.204-27

Prohibition on a ByteDance Covered Application

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-9

Updates of Publicly Available Information Regarding Responsibility Matters

(If contract is > $600,000 and offeror checked has in paragraph (b) of provision 52.209-7)

FAR 52.219-8

Utilization of Small Business Concerns

FAR 52.219-9

Small Business Subcontracting Plan

FAR 52.219-16

Liquidated Damages Subcontracting Plan

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-35

Equal Opportunity for Veterans

FAR 52.222-36

Equal Opportunity for Workers with Disabilities

FAR 52.222-37

Employment Reports on Veterans

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.222-54

Employment Eligibility Verification

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.223-23

Sustainable Products and Services

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.226-8

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

FAR 52.240-1

Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

FAR 52.242-5

Payments to Small Business Subcontractors

ADDITIONAL CONTRACT REQUIREMENTS:

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

(2) Offerors shall identify how long the quote is valid.

Additional provisions and clauses applicable to this requirement:

Clause

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

Provision

FAR 52.204-7

System for Award Management

Provision

FAR 52.204-8

Annual Representations and Certifications

Clause

FAR 52.204-13

System for Award Management Maintenance

Clause

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

Clause

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Clause

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

Clause

FAR 52.246-16

Responsibility for Supplies

Clause

FAR 52.247-34

F.O.B. Destination

Provision

FAR 52.252-1

Solicitation Provisions Incorporated by Reference

(Fill-in Text)

https://www.acquisition.gov/

Clause

FAR 52.252-2

Contract Clauses Incorporated by Reference

(Fill-in Text)

https://www.acquisition.gov/

Clause

DFARS 252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Clause

DFARS 252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Provision

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Clause

DFARS 252.204-7003

Control of Government Personnel Work Product

Provision

DFARS 252.204-7004, Alt A,

System for Award Management Alternate A

Provision

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls ***( Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting ***( Required if contract is not for a COTS item)***

Provision

DFARS 252.204-7019

Notice of NIST SP 800-171 DoD Assessment Requirements ***( Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7020

NIST SP 800-171 DoD Assessment Requirements ***( Required if contract is not for a COTS item)***

Clause

DFARS 252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

Clause

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Clause

DFARS 252.225-7001

Buy American and Balance of Payments Program

Clause

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Clause

DFARS 252.225-7048

Export-Controlled Items

Clause

DFARS 252.232-7003

Electronic Submission of Payment Requests

Clause

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

Clause

DFARS 252.232-7010

Levies on Contract Payments

Clause

DFARS 252.225-7012

Preference for Certain Domestic Commodities

Clause

DFARS 252.243-7001

Pricing of Contract Modifications

Clause

DFARS 252.244-7000

Subcontracts for Commercial Items

Clause

AFFARS 5352.201-9101

Ombudsman

(Fill-in Text)

Ombudsman: AFRL/PK Director

Alternate Ombudsman: AFRL/PK Deputy Director

1864 Fourth St

Wright-Patterson AFB OH 45433-7130

937-904-9700

Afrl.pk.workflow@us.af.mil

DPAS APPLICABILITY:

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

SOLICITATION CLOSING INFORMATION:

Quotes are due by: 16 May 2025, @ 5:00 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: Jason B. Sav

Title: Contract Specialist

Email: jason.sav@us.af.mil

Posted: April 29, 2025, 3:03 p.m. EDT
Posted: April 21, 2025, 11:48 a.m. EDT
Posted: April 16, 2025, 9:05 a.m. EDT
Posted: April 2, 2025, 10:51 a.m. EDT
Background
This solicitation is issued by the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, Ohio. The goal of this contract is to procure a ground radar system that will enhance situational awareness and monitoring of local air traffic at the AFRL SkyVision Test Site, located at Springfield-Beckley Airport in Springfield, OH.

This acquisition is critical for supporting safe operations as Advanced Air Mobility (AAM) evolves, particularly with the introduction of Uncrewed Aircraft Systems (UAS) and electric Vertical Take-off and Landing (eVTOL) aircraft.

Work Details
The contract includes the delivery of one (1) ground radar system with the following specifications:
- Provides 3-D positioning and 360-degree coverage
- High probability of detection and tracking continuity for crewed airborne aircraft
- ADS-B capability installed and operational
- Detection range of approximately 40 km
- Low failure rate
- Standard power requirements: 110/240 VAC, 50/60 Hz, <= 1,800 watts
- Weight less than 200 lbs to minimize installation infrastructure requirements
- Emission frequency within a protected aeronautical navigation band
- Installation, integration, and training support available
- Radar controls must be operable remotely
- Supports standard ASTERIX data interface
- Includes a radome for the system
- Options for training and maintenance plans.

Period of Performance
Requested date of delivery is no later than 12 months after award.

Place of Performance
The product will be delivered to AFRL/DOM, 1323 W. Blee Road, Springfield, OH 45502.

Overview

Response Deadline
May 16, 2025, 5:00 p.m. EDT (original: May 2, 2025, 5:00 p.m. EDT) Past Due
Posted
April 2, 2025, 10:51 a.m. EDT (updated: May 6, 2025, 11:48 a.m. EDT)
Set Aside
None
Place of Performance
Wright Patterson AFB, OH 45433 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 4/2/25 Air Force Research Laboratory issued Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012 for AFRL/DO Ground Radar System for SkyVision Test Site due 5/16/25. The opportunity was issued full & open with NAICS 334511 and PSC 5840.
Primary Contact
Name
Jason Sav   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA2396 USAF AFMC AFRL PZL AFRL PZLE
FPDS Organization Code
5700-FA2396
Source Organization Code
500177443
Last Updated
May 31, 2025
Last Updated By
jason.sav@us.af.mil
Archive Date
May 31, 2025