Search Contract Opportunities

Brand Name Varjo VR-4 VR Headsets

ID: FA487725QA150 • Type: Solicitation • Match:  85%
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

Popular Questions:
Generate a draft:
Loading

Description

Posted: March 13, 2025, 1:03 p.m. EDT

*** Amendment 0001 - The purpose of this amendment is update information regarding the items requested and quote due date. The updated information will be underlined. Questions and Answers was uploaded as an attachment.

----------------------------------------------------------------------------------------------------------------------

i. Solicitation FA4877 25-Q-A-150 is issued as a Request for Quotation (RFQ)

ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-03, effective 17 Jan 2025, DFARS provisions and clauses, effective 17 Jan 2025, and DAFFARS provisions and clauses, effective 16 Oct 2024.

iii. This procurement is being issued as a Total Small Business set-aside. The North American Industry Classification System Code is 334310 with a size standard of 750 Employees.

iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.

v. Davis Monthan Air Force Base intends to issue a firm fixed price purchase order for the following Brand Name items:

- - CLIN 001: Qty of 6 Brand Name: Varjo XR-4 - Fixed Focus, Base Station Tracking Virtual Reality Headsets with offline package

  1. Include shipping costs within CLIN 001 Do not separately list.
  2. Include estimated delivery time
  3. Quote must not exceed 2 pages
  4. Shipping/Delivery Type: FOB Destination

vi. The government will issue a purchase order to the offeror whose quote is the most advantageous to the Government, price and other factors considered. See FAR Clause 52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021) under section xiv for further details.

vii. Important Dates/Times:

a. All questions must be submitted via email no later than 13 March 2025, 10:00 AM MST

b. All quotes must be submitted via email no later than 17 March 2025, Noon MST

viii. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ.

ix. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date.

x. Point of Contacts:

a. Primary: Andrew Johnson, andrew.johnson.162@us.af.mil, (520) 228-2377

b. Alternate: Erick Millan, erick.ramirez_millan@us.af.mil, (520) 228-4967

xi. Attachments

  1. Attachment 1 Brand Name Justification (Redacted)
  2. Attachment 2 Provisions & Clauses

xii. FAR 52.212-1 Instructions to Offerors is incorporated by reference within the attached Provisions & Clauses document. Please refer to Acquisition.Gov for full text. Quote submission must include, at minimum, those items outlined in FAR 52.212-1.

xiii. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021)

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 evaluation shall include a best value assessment between the quotes that conform to formatting requirements identified herein as well as FAR 52.212-1. In evaluating, all factors will be considered to make a best value determination which is most advantageous to the Government.

b. Best value factors that may be considered include but are not limited to:

  1. Technical: Offerors must provide the necessary and requested information found within this solicitation in order to fully demonstrate their technical capability in fulfilling this requirement of providing brand name altimeters in accordance with posted brand name justification.
  2. Delivery Time: Offeror demonstrates the ability to provide the complete requirement by the earliest date possible, preferably no later than 60 days from date of award.
  3. Price: The Government will evaluate the offeror's quotation, for price completeness and reasonableness as described below.

Completeness - The offeror's price proposal will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs.

Reasonableness - The offeror's price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 13.106-3.

c. Options are not applicable to this requirement.

d. 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.

xiv. DAFFARS 5352.201-101 OMBUDSMAN (JUL 2023)

(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 OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of 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)

xv. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (JUN 2024)

(a) Contractors shall not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

(b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]

(End of clause)

Posted: March 6, 2025, 6:52 p.m. EST
Background
The solicitation FA4877-25-Q-A-150 is issued by the Davis-Monthan Air Force Base as a Request for Quotation (RFQ) for the procurement of Varjo XR-4 Virtual Reality Headsets. This procurement aims to replace existing Varjo Aero VR headsets currently in use, supporting video-based training for military personnel.

The agency's mission includes enhancing training capabilities through advanced technology, ensuring that personnel are equipped with the best tools available for effective learning and operational readiness.

Work Details
The contract involves the purchase of 6 units of Varjo XR-4 Virtual Reality Headsets. Key specifications include:
- **Resolution**: 51 pixels per degree (PPD), enhancing visual acuity critical for air-to-air and formation flying.
- **Field of View (FOV)**: 120° x 105° per eye, closely mimicking real-world vision, essential for instrument flying and immersive training experiences.
- **Full Color Pass-Through**: Allows seamless integration of real and virtual environments, providing realistic training scenarios.
- **Transition Continuity**: The XR-4 is a direct replacement for the Aero model, ensuring compatibility with existing systems without requiring extensive retraining or infrastructure investment.

Shipping costs must be included in the quote, which should not exceed two pages. Delivery type is FOB Destination.

Place of Performance
Products will be delivered to Davis-Monthan Air Force Base.

Overview

Response Deadline
March 17, 2025, 2:00 p.m. EDT (original: March 14, 2025, 2:00 p.m. EDT) Past Due
Posted
March 6, 2025, 6:52 p.m. EST (updated: March 13, 2025, 1:03 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Tucson, AZ 85707 United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
84% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 3/6/25 Air Combat Command issued Solicitation FA487725QA150 for Brand Name Varjo VR-4 VR Headsets due 3/17/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334310 (SBA Size Standard 750 Employees) and PSC 5965.
Primary Contact
Name
Andrew Johnson   Profile
Phone
(520) 228-2213

Secondary Contact

Name
Erick Ramirez Millan   Profile
Phone
(520) 228-4967

Documents

Posted documents for Solicitation FA487725QA150

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Solicitation FA487725QA150

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA487725QA150

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA487725QA150

Experts for Brand Name Varjo VR-4 VR Headsets

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4877 355 CONS PK
FPDS Organization Code
5700-FA4877
Source Organization Code
500042543
Last Updated
April 1, 2025
Last Updated By
erick.ramirez_millan@us.af.mil
Archive Date
April 1, 2025