Tenders of Dept Of The Air Force Usa
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Sda Proliferated Warfighter Space Architecture (pwsa) - Systems, Technologies, And Emerging Capabilities (stec) Broad Agency Announcement (baa)
Closing Date14 Jan 2026
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Nsn: 1560-00-562-6837fg
noun: Cover, Access, Aircra
top Drawing: 35-10868-508
edl Revision & Date: 16 / 1 Mar 2023
mdc Code: Zhh
im Name: Musgrove, Molly E
Closing Date31 Dec 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Building Construction
United States
Multiple Award Construction Contract (macc) For Heating, Ventilation, And Air Conditioning (hvac), Hurlburt Field, Fl
Closing Date21 Nov 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Combined Synopsis/solicitation
this Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Announcement. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued.
solicitation Number: Fa8222-25-q-fazt
this Solicitation Is Issued As A Request For Quotation (rfq).
this Solicitation Document And Incorporated Provisions And Clauses Are In Effect Through Federal Acquisition Circular 2024-04.
contracting Officer's Business Size Selection
sole Source
naics Code
513210
small Business Size Standard
$47 Million
clin
description
quantity
unit
0001
fazzt Enterprise Client (see Equipment List For License Information)
5621
ea
0002
fazzt Enterprise Server (4-node Version) (see Equipment List For License Information)
9
ea
0003
fazzt Enterprise Server (dual Node) (see Equipment List For License Information)
1
ea
0004
fazzt Enterprise Server (single-node Version) (see Equipment List For License Information)
16
ea
0005
fazzt Power Publisher (see Equipment List For License Information)
7
ea
0006
fazzt Standard Server (host-hub) (see Equipment List For License Information)
18
ea
description Of Item(s) To Be Acquired:
the Contractor Shall Provide Requested Products To 309th Sweg Located At Hill Afb, Utah. Please Reference The Attached Equipment List For Detailed Specifications.
dates And Place Of Delivery:
6137 Wardleigh Rd. Bldg. 1515, Hill Afb, Ut 84056
delivery Not To Exceed 15 Days Aro. License Renewals Are To Last 12 Months After Designated License Period. Fob Destination.
the Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition. Offers Are Due By 18 November 2024 At 1700 Mt Via Electronic Mail To Audrey.lee.3@us.af.mil
provide Cage Code And Sam Uei When Submitting Bid.
52.212-2: Evaluation -- Commercial Items
(a) The Government Will Award A Contract Resulting From This Solicitation To The Offer With The Lowest Price Technically Acceptable (lpta). The Following Factors Shall Be Used To Evaluate Offers:
price
technical Capability Of The Item Offered To Meet The Government Requirement;
the Lowest Three Quotes Deemed Technically Acceptable Will Be Evaluated. Based On The Quote, The Offerors Need To Meet The Requirements On The Product Description Found In The Solicitation.
(b) This Effort Is A Sole Source Purchase. 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.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer.
the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition And A Statement Regarding Any Addenda To The Clause.
far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (deviation 2013-o0019) (jan 2014)
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).
52.204-2
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
252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements
252.204-7020 Nist Sp 800-171dod Assessment Requirements
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)
additional Contract Requirement Or Terms And Conditions:
n/a
defense Priorities And Allocations System (dpas):
n/a
proposal Submission Information:
all Questions Or Comments Must Be Sent To Audrey Lee By Email At Audrey.lee.3@us.af.mil, Nlt 1100 Mt, 5 November 2024. Offers Are Due 18 November 2024 Nlt 1700 Mt Via Electronic Mail To Audrey.lee.3@us.af.mil
for Additional Information Regarding The Solicitation Contact Audrey Lee Or Christa Phillips (christa.phillips.1@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.
Closing Date19 Nov 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
This Is A Pre-solicitation Notice Synopsis. The 1st Special Operations Contracting Squadron At Hurlburt Field, Fl, Intends To Issue A Single Award Firm-fixed Price Contract For Outbound Cargo Services With A Base Period Of 1 March 2025 Thru 28 February 2026 And Four (4) One (1) Year Option Periods.
this Notice Is Not A Formal Request For Quotes (rfq), And No Contract Will Result From This Notice, Nor Does It Commit The Government To Any Acquisition For These Services.
work Consists Of But Is Not Limited To The Following: The Contractor Shall Provide All Non-personal Services To Include Personnel, Equipment, Supervision, And Other Items And Services Necessary To Perform Outbound Cargo (oc) Shipping Packer And Woodworker Services At Hurlburt Field, Florida. The Contractor Shall Perform Oc Shipping Packer/woodworker Workload Duties Under The Guidance Of The Transportation Officer (to) Or Their Designated Representatives.
this Acquisition Is Being Offered For Competition To Eligible Small Business (sb) Concerns. The North American Industry Classification System (naics) Code For This Project Is 488991 With A Size Standard Of $34 Million.
prospective Contractors Must Be Registered In The System For Award Management (sam) Database Prior To Award Of A Government Contract. Respondents Are Further Advised That Failure To Register In The Sam Database Will Render Your Firm Ineligible For Award. Registration Requires Applicants To Have A Unique Entity Identifier (uei) Number. It Is Recommended To Register Immediately To Be Eligible For Timely Award. This Solicitation Will Be Available Only Via The Internet At The Following Address: Https://sam.gov. For Information On How To Register Your Company, To View Or Receive Updates And Notifications To The Solicitation, Please Reference The "contract Opportunities" Link On The Sam.gov Web Site Home Page.
this Is A Follow-on Effort To Contract Number Fa4417-20-p-0153.
this Notice Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Proposal Preparation Costs.
the Issuance Date For This Solicitation Is Projected To Be On/about 20 November 2024.
point Of Contacts Are A1c Gery Reyes Ramos, Contract Specialist, Email: Gery.reyes_ramos@us.af.mil And Sra Abigail Turek, Contracting Officer, Email: Abigail.turek@us.af.mil.
this Contract Will Be Awarded In Accordance With Far Part 13, Simplified Acquisition Procedures. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
Closing Date20 Nov 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Air Dominance Broad Agency Announcement (baa)
Closing Date30 Oct 2029
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Fusions Ii Support - 616 Operations Center - Jbsa-lackland - Request For Information (rfi)
Closing Date3 Dec 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
Purpose: The Purpose Of The Sources Sought Is To Identify Available Authorized Businesses To Provide The Requirement For Sere Tillamook Training Biological Assessment For Fairchild Afb.
this Sources Sought Notice Is For Informational And Planning Purposes Only. Pricing Information Is Not Being Requested At This Time. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government.
requirement: This Notice Is Issued By The U.s. Air Force, 92d Contracting Squadron, Fairchild Afb, Wa. This Source Sought Is Seeking To Identify Responsible Potential Sources To Provide Labor, Equipment, And Materials Needed To Conduct A Biological Assessment For The Sere Coastal, Open Ocean, And Tropical Training Along The Bayocean Spit In Tillamook County, Or For The Purpose Of Obtaining A Biological Opinion (bo) From The Usfws. The Ba Shall Follow Professional Industry Standards And Provide All Necessary Information To Satisfy Regulatory And Consultation Requirements In Accordance With Section 7 (a)(2) Of The Esa. The Contractor Shall Utilize The Usfws Environmental Conservation Online System (ecos) Database And The Information For Planning And Consultation (ipac) Tool To Identify All Federally Listed Species And Designated Critical Habitat With The Potential To Occur Within The Action Area.
the Biological Assessment Must Meet The Specifications In The Attached Statement Of Work (sow).
anticipated Naics/size Standard: This Requirement Falls Under The Naics Code Of 541620, Environmental Consulting Services With A Size Standard Of $19,000,000.
submission Of Information: All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Sources Sought Notice. A Responsible Potential Source Shall Have Registered With The System For Award Management (sam). The Response Should Be No More Than Five Pages Providing The Following Information:
professional Qualifications Pertinent To A Biological Assessment
business Name, Address, Cage Code
size And Socioeconomic Classification Based On Naics Size Standard
if Claiming A Specific Small Business Category, Provide Supporting Documentation
point Of Contact Including Email And Phone Number
responses May Be Submitted Through This Site Or Electronically To The Following Point Of Contact: Paul Blais At Paul.blais@us.af.mil.
please Respond To This Request By 11 December 2024 At 10:00 Am Pacific Time.
Closing Date11 Dec 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Scope Of Work: For The End Item, The Contractor Shall Furnish All Facilities, Parts, Materials, Equipment And Services, Required To Inspect And, If Necessary, Restore To Serviceable Condition. Work Consists Of One Of Two Efforts: Test, Teardown, And Evaluation (tt&e) Only Or Tt&e And Repair.
test, Teardown, And Evaluation: The Contractor Shall Perform Visual, Mechanical And Electrical Testing Of The End Item, Reusable Or Replacement Component Parts, And Materials According To The Schedule In The Contract To Determine The Condition Of The End Item. Upon Completion Of This Task, All Of The Components Of The End Item Requiring Repair Or Replacement Will Be Identified By Part Number, Nsn (if Applicable), Nomenclature, And Location In The Assembly. This Information Will Be Reported In Writing To The Procurement Contracting Officer (pco)/ Defense Contract Management Agency (dcma) Administrative Contracting Officer (aco) And, If Necessary, Approval To Repair Will Be Negotiated. If No Further Repair Is Required, The Asset Must Be Returned In Serviceable Like New Condition.
repair: (nte) The Contractor Shall Perform The Repair Or Replacement Of All Failed Parts And Components. Each End Item Must Be Cleaned, Configured, Refinished, And Tested To Meet The Original Specifications Of The End Item. The End Item Shall Be Returned In Serviceable Like New Condition.
below Listed Item(s) Will Be Shipped To Contractor To Repair:
item Description:rugged Mpeg Video Encoder
nsn:5836-01-605-8162
part Number:a3009-000041
Closing Date13 Dec 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Notice Of Intent To Award Sole Source:
(this Is Not A Request For Quote)
the 4th Fighter Wing Contracting Squadron, Seymour Johnson Afb, Nc Intends To Award A Sole Source Firm Fixed Price Contract To Vampire Aviation Llc, Cage Code: 7stb7. Vampire Aviation Will Provide One De Havilland Vampire As A Show Performance Aircraft And As A Static Display. The Aircraft Will Be Accompanied By One Appropriately Rated Pilot, As Well As Any Crew Deemed Necessary. This Purchase Shall Be Made Under Far Part 12 And 13 Procedures; Far 13.106-1(b)(1) Other Than Full And Open Competition Applies. The Circumstances Of This Contract Action Deem Only One Single Source Is Reasonably Available.
please Note That This Is Not A Request For Competitive Quotes. However, All Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit In Writing Information Describing Their Ability To Provide The Service Listed Above. A Determination By The Government To Compete This Requirement Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.
the Closing Date For This Notice Is 4 November 2025 At 1600 (est). For Information Regarding This Purchase, Please Contact Kelsie Papst At Kelsie.papst@us.af.mil And Aaron Vanvynckt At Aaron.vanvynckt.1@us.af.mil
Closing Date4 Nov 2025
Tender AmountRefer Documents
21-30 of 448 active Tenders