Opportunity
SAM #FA930226Q0039
Air Force Solicitation for Treality XDS MCU Hardware at Edwards AFB
Buyer
Air Force Test Center
Posted
April 28, 2026
Respond By
May 04, 2026
Identifier
FA930226Q0039
NAICS
334118
The Air Force Test Center (AFTC), under the Department of the Air Force, is seeking quotes for Treality XDS MCU Hardware to be delivered and installed at Edwards Air Force Base, California. - Government Buyer: - Air Force Test Center (AFTC), Air Force Materiel Command, Department of the Air Force - OEM Requirement: - Treality SVS LLC is the sole approved manufacturer; no substitutions are allowed - Products/Services Requested: - Treality XDS MCU Hardware (specific models, part numbers, and quantities are detailed in attachments, but not listed in the main text) - Notable Requirements: - Brand name only (Treality SVS LLC) - 100% Small Business Set-Aside under NAICS 334118 - Evaluation based on Lowest Price Technically Acceptable (LPTA) - Delivery and installation required at Edwards AFB - Place of Performance: - Edwards Air Force Base, California - Period of Performance: - 365 days after receipt of order (ARO)
Description
This is a Request for Quote (RFQ) Solicitation for the acquisition of Treality XDS MCU Hardware.
This is a brand name requirement – no substitutions will be accepted. Please see attachments for further details.
(i) This is a solicitation for commercial products prepared in accordance with the format in RFO 5.201(c), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (RFO 12.201-1) will be used for this requirement.
(ii) Solicitation Number: FA930226Q0039 Please provide the full solicitation number on all packages
Interested parties who believe they can meet all the requirements for the service described in this solicitation are invited to submit, in writing, a complete quote.
Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through the Revolutionary FAR Overhaul effective 01 February 2026.
(iv) THIS REQUIREMENT WILL BE: 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 334118 “Computer Terminal and Other Computer Peripheral Equipment Manufacturing” with a size standard of 1,000 employees.
(v) Anticipated Period of Performance is 365 Days ARO.
(vi) The provision at RFO 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services (Oct 2025), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with RFO 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Price:
9. Warranty:
10. Date Offer Expires:
11. FOB Destination:
12. Delivery Lead Time/ Period of Performance Terms:
--------------------------------------------
(vii) The provision at RFO 52.212-2, Evaluation—Commercial Products and Commercial Services (Oct 2025) applies to this acquisition.
Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive
The solicitation provides that quotations will be evaluated using the Lowest Price Technically Acceptable (LTPA) approach. The award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the exact brand name items by Treality SVS LLC listed in the Statement of Requirements. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
Price Technical Acceptability Subfactors: Ability to provide the exact brand name items by Treality SVS LLC listed in the Statement of Requirements.
The Government will award a purchase order resulting from the RFQ to a responsible offeror whose quote is responsive to the RFQ and considered to be the LTPA
(viii) Offerors shall include complete copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.
Completion of RFO 252.225-7000 Buy American--Balance of Payments Program Certificate is mandatory. Offerors that do not complete this certification will be deemed unresponsive and ineligible for award.
(iv) The clause RFO 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Oct 2025), applies to this acquisition.
(x) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xi) Defense Priorities and Allocation System (DPAS): N/A
(xii) Quote Submission Information:
It is the government’s intent to award without negotiations. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to request clarifications if the Contracting Officer (CO) deems them necessary.
Offers are due on 04 May 2026 at 10:00 AM, Pacific Daylight Time (PDT).
Offers must be sent via email to both Karla Vazquez karla_lizette.vazquez_montes@us.af.mil AND Jenna Jacobson jenna.jacobson@us.af.mil. No late submissions will be accepted.
(xiii) For additional information regarding this solicitation contact:
Primary Point of Contact:
Jenna Jacobson
Contracting Officer
Secondary Point of Contact:
Karla Vazquez
Contract Specialist
karla_lizette.vazquez_montes@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 4:00 PM PDT on 29 April 2026. Please send all questions to the primary and secondary POCs listed above. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
(xiv) Please note that upon submission of a quote, award is dependent on RFO 52.232-18, availability of funds.
*** This solicitation does not serve as a financial obligation for the government. No award should be expected by the contractor and no work may begin unless a fully executed contract document is received by the contractor.