Opportunity

SAM #FA930226Q0045

Air Force Procurement of Snap-On Toolboxes and Hand Tools for Edwards AFB

Buyer

Air Force Test Center

Posted

May 01, 2026

Respond By

May 17, 2026

Identifier

FA930226Q0045

NAICS

333991, 332510, 423710

This opportunity involves the procurement of Snap-On brand toolboxes and a comprehensive set of hand tools for the United States Air Force Test Center at Edwards Air Force Base. - Government Buyer: - United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), Edwards Air Force Base, California - OEMs and Vendors: - Snap-On (OEM, brand name specified and required) - Products/Services Requested: - Brand name Snap-On toolboxes (custom, not commercial off-the-shelf) - Extensive list of Snap-On hand tools and accessories, including: - Ratchets, sockets, screwdrivers, pliers, wrenches, cutters, and related accessories - Example part numbers: KMP1022ABKH (toolbox), FM1046057 (foam), LASER12 (laser etching), TM9G (breaker bar), and many more - Quantities are generally 2 units per item; laser etching (LASER12) is required for 840 units - Unique or Notable Requirements: - Brand name only: Snap-On is the only acceptable OEM due to Air Force tool control, FOD prevention, and warranty standards - Turnkey integration and factory laser-etching of organizational identifiers required - Compliance with Air Force flight line tool-control standards - Custom manufacturing modifications required (not commercial off-the-shelf) - Procurement is restricted to authorized Snap-On resellers and will not be competed openly - Place of Performance/Delivery: - Edwards Air Force Base, 5 S. Wolfe Ave, Edwards AFB, CA, 93524

Description

Notice Type: Presolicitation Notice

Anticipated Contract Award Date: 29 May 2026

Contract Award Number: TBD

This is a Brand Name presolicitation notice. 

NAICS Code: 332510 FSC/PCS: 5140

Description:

The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), located at 5 S. Wolfe Ave, Edwards AFB, CA, 93524 intends to issue a brand name, FFP purcahse order to an authorized reseller of Snap-On. The purchase is for Snap-On Toolboxes as identified in the attached SOR. The contract will be executed by means of other than full and open competition, due to the specialized nature of Snap-On tooling.  

Justification, Statutory Authority: Per RFO 6.103 Other than full and open competition. (a) Agencies may contract without providing for full and open competition under authorities specified in this section (see 10 U.S.C. 3204 and 41 U.S.C. 3304). RFO 6.103-1 Only one responsible source and no other supplies or services will satisfy agency requirements. The authority permitting the use of noncompetitive procedures is 10 U.S.C. 3204(a)(1) or 41 U.S.C. 3304(a)(1).

In order to comply with RFO 5.101(c)(4)(vii), the reason for lack of competition is as follows:

The "specialized criteria" refer to the strict Tool Control, Foreign Object Debris (FOD) prevention, and warranty preservation standards mandated by Air Force instruction (e.g., AFI 21-101). Procuring these items as a fully integrated, turnkey system from Snap-on is required based on the following:   1.    Warranty Preservation - High-torque and precision aerospace tools require a manufacturer warranty for lifecycle replacement. If a third-party vendor acquires off-the-shelf tools and subsequently etches them, it alters the metallurgical integrity and voids the original manufacturer's lifetime warranty. Factory-level etching by Snap-on ensures warranty retention. 2.    FOD Compliance - Etching must not create stress risers in the tool steel or produce metallic micro-shavings that could migrate into aircraft systems. Snap-on utilizes proprietary factory laser-etching techniques specifically calibrated for their proprietary steel alloys, guaranteeing zero FOD generation (no flaking or burrs). 3.    Turnkey Integration - Tools must perfectly match the tool control foam (shadowing) within the specific dimensions of the toolbox. Utilizing a single source ensures that the exact dimensions of the forged tools match the CNC-routed foam pockets, providing absolute tool accountability at the time of delivery.   The etching required is the permanent, high-contrast, laser-engraved application of the specific organizational/equipment identifier ("EBJ" numbers) onto every individual tool within the set.  Mechanical stamping or rotary engraving is prohibited as it causes structural degradation and introduces FOD risks.   This procurement is classified as a "specialized order" (rather than a commercial off-the-shelf/COTS purchase) because it requires custom manufacturing modifications that cannot be fulfilled by simply pulling inventory from a warehouse shelf. The tools are intercepted during the factory production process to have the custom "EBJ" numbering permanently applied before final packaging. The kit must be delivered 100% compliant with immediate flight line tool-control standards. Procuring standard tools, a separate box, and hiring a third-party engraver constitutes a piecemeal approach that introduces unacceptable supply chain delays, QA/QC risks, and safety (FOD) hazards.

FAR 52.225-3, Buy American–Free Trade Agreements–Israeli Trade Act, FAR 52.225-5, Trade Agreements, and FAR 52.225-11, Buy American-Construction Materials under Trade Agreements, or FAR 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements do not apply to this acquisition.

There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement.

Contractors must be registered in System for Award (SAM) at www.sam.gov

Please submit all questions, comments, and feedback regarding this product to the following Points of Contact:

Ms. Jenna Jacobson, Contract Specialist, Email: jenna.jacobson@us.af.mil Ms. Anne Beach, Contracting Officer, Email: anne.beach@us.af.mil

No telephone responses will be accepted. Any information submitted by respondents to this Notice of Contract Action is strictly voluntary. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this Notice of Contract Action constitutes consent for that submission to be reviewed by Government personnel.

The Air Force Test Center has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 – Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFTC Ombudsman contact information is as follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784. Phone Number (661) 277-2810, Facsimile Number (661) 277-7593, Email: aftc.workflow@us.af.mil.

DISCLAIMER AND NOTICE: This is a presolicitation notice only and does not constitute a commitment, implied or otherwise, that AFTC/PZZG, will take procurement action on this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Notice of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.

View original listing