Opportunity
SAM #FA930226Q0042
Repair and Calibration of Rohde & Schwarz FSV40-N Spectrum Analyzers for Edwards AFB
Buyer
Air Force Test Center
Posted
April 28, 2026
Respond By
May 01, 2026
Identifier
FA930226Q0042
NAICS
811210, 811213, 811219
The U.S. Air Force at Edwards Air Force Base is seeking depot-level repair and calibration services for three Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers. - Government Buyer: - U.S. Air Force, 412th Test Wing, Air Force Test Center (FA9302 AFTC PZZ) - OEM Highlight: - Rohde & Schwarz is the specified and only OEM for the analyzers - Vendors: - No specific vendors named; requirement is set aside for small businesses under NAICS 811210 - Products/Services Requested: - Depot-level repair and calibration of three Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers (S/N: 101203, 102145, 101843) - Calibration certificates for each unit - Services must include diagnostics, repairs, preventive maintenance, reliability modifications, and calibration to ISO 9001/IEC 17025 standards - 12-month comprehensive warranty on repairs - Notable Requirements: - Compliance with Service Contract Labor Standards exemption certification - Submission of a technical approach and pricing for all contract line items - Contractor personnel must comply with base security, OPSEC, environmental, and safety requirements - All work and delivery to occur at Edwards Air Force Base, California - Performance period is 60 days after award - Warranty period is 12 months from government acceptance
Description
This is a Combined Synopsis/Solicitation for the acquisition of depot-level repair and calibration services of (3) non-operational Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers for Edwards Air Force Base.
Please see attached SF 1449 and Statement of Work for further details.
(i) This is a solicitation for commercial services 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: FA930226Q0042 Please provide the full solicitation number on all packages
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 combined synopsis/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 Revolutionary Federal Acquisition Regulations Overhaul 2025-11, R-DFARS Change 02/01/2026.
(iv)THIS REQUIREMENT WILL BE: Set Aside 100% to a Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 811210 “Electronic and Precision Equipment Repair and Maintenance” with a size standard of $34,000,000.00.
(v) Delivery: Period of Performance will be date of award – 60 DAYS ARO.
(vi) The provision at RFO Part 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/far-overhaul.
Offerors shall prepare their quotations in accordance with RFO Part 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
SAM UEI: TIN Number: CAGE Code: Contractor Name: Payment Terms (NET 30) or Discount: Point of Contact Name and Phone Number: Email address: Warranty: Date Offer Expires: FOB Destination: Estimated Delivery Lead Time: Technical Approach Completed copy of RFO 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.
(vii)The provision at RFO Part 52.212-2, Evaluation—Commercial Products and Commercial Services (Oct 2025) applies to this acquisition.
Please read the evaluation criteria closely. If the vendor does not provide a full response, it will be found unresponsive
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LPTA). 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: (i) Proposal demonstrating a technical approach and capability to complete the required services in accordance with the Statement of Work (SOW). 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 Subfactors: The Government will verify the offeror's certification regarding the Service Contract Labor Standards (SCLS) exemption (RFO 52.222-48). If an offeror does not certify for the exemption, their evaluated price must inherently include compliance with the Service Contract Act. No price adjustments will be made by the Government for evaluation purposes; the offered firm-fixed price will be the evaluated price. Technical Acceptability Subfactors: Proposal demonstrating a technical approach and capability to complete the required services in accordance with the Statement of Work (SOW). Your proposal will be deemed unacceptable if a technical approach is not included.
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 LPTA.
(viii) Offerors shall include complete copies of applicable provisions, which are included in SF1449. Offers will be considered incomplete if these are not included with the quote.
(ix) The clause at RFO Part 52.212-4, 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/far-overhaul.
(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 01 MAY 2026 at 12:00 PM, Pacific Standard Time (PST).
Offers must be sent via email to:
Mrs. Carmen Barahona at carmen.barahona@us.af.mil AND Ms. Karla Vazquez at karla_lizette.vazquez_montes@us.af.mil.
NO LATE SUBMISSIONS WILL BE ACCEPTED.
(xiii) For additional information regarding this solicitation contact: Primary Point of Contact:
Mrs. Carmen Barahona
Contract Specialist
Secondary Point of Contact:
Ms. Karla Vazquez
Contracting Officer
karla_lizette.vazquez_montes@us.af.mil
QUESTION PERIOD: The period for questions regarding this RFQ will end at 12:00 PM PDT on 29 APRIL 2026. Please send all questions to the buyer via email at carmen.barahona@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
*** 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***