Opportunity
SAM #FA8227-26-R-3649
Procurement of RS/RV Centrifuge with Installation and Warranty Services at Hill Air Force Base
Buyer
AFRL/HPZ
Posted
April 23, 2026
Respond By
June 10, 2026
Identifier
FA8227-26-R-3649
NAICS
334515, 334516
The Air Force Sustainment Center at Hill Air Force Base, Utah, is seeking a contractor to provide a new RS/RV Centrifuge, including installation, training, and warranty services. - Government Buyer: - Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center (AFSC), 309th Missile Maintenance Group - Products/Services Requested: - One (1) RS/RV Centrifuge (no specific OEM or part number provided) - Project mobilization and planning - Factory acceptance and pre-shipment readiness - System and data delivery to site - Site acceptance test completion - Final acceptance and project closeout - On-site warranty labor and travel - Notable Requirements: - All work, delivery, and training to occur at Hill Air Force Base, Utah - Procurement governed by detailed Purchase Specification and multiple CDRL documents - Set aside for small businesses under NAICS 334515 - Total period of performance is 42 months (30 months for labor/installation, 12 months for warranty) - OEMs/Vendors: - No specific OEMs or vendors are named in the solicitation
Description
Combined Synopsis/Solicitation (i) 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. (ii) Solicitation Number: FA8227-26-R-3649This solicitation is issued as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06 (iv) Contracting Officer's Business Size Selection - Small Business set asideNAICS Code - 334515Small Business Size Standard - 450 Employees (v) CLINs 0001 - Initial Project Mobilization & Planning in accordance with PS and CRDL A009 - 1 Each 0002 - Factory Acceptance & Pre-Shipment Readiness in accordance with PS and CRDLs A001, A002, A003, and A005 - 1 Each 0003 - System & Data Delivery to Site in accordance with PS and CRDLs A006, A007, and A008 - 1 Each 0004 - Site Acceptance Test (SAT) Completion in accordance with PS and CRDL A004 - 1 Each 0005 - Final Acceptance & Project Closeout in accordance with PS and CRDLs A001, A002, A003, and A005 - 1 Each 0006 - On-Site Warranty Labor in accordance with PS 0007 - On-Site Warranty Travel in accordance with PS - 1 Each * PS: Purchase Specification• CLINS 0001 – 0005 will be established on a firm fixed price basis (vi) Description of item(s) to be acquired: The 309th Missile Maintenance Group, Hill Air Force Base, Utah, has a requirement for the procurement, delivery, installation, and training for one (1) new RS/RV Centrifuge in accordance with the attached Purchase Specification (PS) dated 21 April 2026 (vii) Dates and Place of Delivery: a. The anticipated Period of Performance is 30 Months ARO for all labor and installation completion (CLINs 0001, 0002, 0003, 0004, and 0005). A 12 month Period of Performance (CLIN 0006 and CLIN 0007). Total contract performance of 42 months. DEPARTMENT OF THE AIR FORCEAIR FORCE SUSTAINMENT CENTER (AFMC)HILL AIR FORCE BASE UTAHDeliver and Support Agile War-Winning Capabilities b. Clearly identify the Period of Performance within the proposal, if you are not able to meet the lead times then clarify reason and propose your lead times (v) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See attached 52.212-1, Instructions to Offerors) a. Offers are due by Wednesday 10 June 2026; 4 PM MST via electronic mail to Melissa Huston at melissa.huston.2@us.af.mil and Lanette Todd at lanette.todd@us.af.mil. b. Provide Cage code when submitting proposal (vii) The provision FAR 52.212-2, Evaluation -- Commercial Items (ix) 52.212-2: Evaluation Factors -- Commercial Items (See attached 52.212-2: Evaluation Factors) a. The Government will evaluate offers in accordance with the addendum to FAR 52.212-2, Evaluation—Commercial Products and Commercial Services, included as an attachment to this solicitation. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (October 2025). (xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)-- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Contracting Officer's Business Size Selection Full and Open CompetitionNAICS Code 334515Small Business Size Standard 450 EmployeesDATE: 03 Feb 2026 (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (October 2025) - applies to this acquisition and any clauses that are checked will be applicable to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-14, Service Contract Reporting Requirements (Oct 2016) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) 52.219-8, Utilization of Small Business Concerns (Jan 2025) 52.219-9, Small Business Subcontracting Plan (Jan 2025) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) 52.219-14, Limitations on Subcontracting (Oct 2022) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns (Feb 2024) 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns (Oct 2022) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) 52.219-33, Nonmanufacturer Rule (Sep 2021) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2025) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (Jun 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-37, Employment Reports on Veterans (Jun 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Oct 2025) 52.222-54, Employment Eligibility Verification (Jan 2025) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) 52.223-20, Aerosols (May 2024) 52.223-21, Foams (May 2024) 52.223-23, Sustainable Products and Services (May 2024) 52.224-3, Privacy Training (Jan 2017) 52.225-1, Buy American-Supplies (Oct 2022) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023) 52.225-5, Trade Agreements (Nov 2023) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) 52.232-36, Payment by Third Party (May 2014) 52.239-1, Privacy or Security Safeguards (Aug 1996) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.222-41, Service Contract Labor Standards (Aug 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Aug 2018) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) 52.247-69, Reporting Requirement for U.S.-Flag Air Carriers Regarding Training to Prevent Human Trafficking (Jan 2025) DATE: 03 Feb 2026 (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023) DEPARTMENT OF THE AIR FORCEAIR FORCE SUSTAINMENT CENTER (AFMC)HILL AIR FORCE BASE UTAHDeliver and Support Agile War-Winning Capabilities (b) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. OTHER FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Management 52.252-2, Clauses incorporated by reference 52.252-6, Authorized Deviations in clauses DATE: 03 Feb 2026 252.204-7004, Alternate A, System for Award Management 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7003, Agency Office of the Inspector General 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation 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 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003, Item Unique Identification and Valuation 252.232-7003, Electronic Submission of Payment request and Receiving reports 252.215-7008, Only One Offer 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American—Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.232-7006, Wide Area WorkFlow Payment instructions 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 Center ombudsmen, Ms. Kayla Marshall; Hill Ombudsman/Competition Advocate; (kayla.marshall@us.af.mil) 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, 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) DATE: 03 Feb 2026 (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: All questions or comments must be sent to Melissa Huston by email at melissa.huston.2@us.af.mil and Lanette Todd at lanette.todd@us.af.mil NLT Tuesday 20 May 2026; 12 PM MST Offers are due by Wednesday 10 June 2026; 4 PM MST via electronic mail to Melissa Huston at melissa.huston.2@us.af.mil and Lanette Todd at lanette.todd@us.af.mil. (xvi) For additional information regarding the solicitation contact Melissa Huston via email. Notice to Offerors: 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. Attachments: 52.212-1 – Instruction to Offerors 52.212-2 – Evaluation Factors Purchase Specification - 5 Axis Mill Lathe - 20260106 FINAL CDRL A001 – CDRL A005ontract Data Requirements List (CDRL