SOLICITATION:
RFQ #FA4877-25-Q-A-279
TrellisWare TW-875 Radio and Equipment Requirement
*These items are needed to join existing networks, which are required to operate within secure mesh networks and support mission-critical assignments*
i. This is a solicitation for commercial items prepared in accordance with FAR Pt 13, as
supplemented with additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and additional written
solicitation will not be issued.
ii. Solicitation FA4877-25-Q-A-279 is issued as a Request for Quotation (RFQ) and Brand name Only.
iii. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025, DFARS provisions and clauses in effect 01/17/2025, and DAFFARS provisions and clauses in effect 10/16/2024.
iv. This procurement is being issued utilizing a Total Small Business set-aside. The North
American Industry Classification System Code is 334220 with a size standard of 1250 employees.
v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
vi. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
CLIN 0001: Five (5) EA Ghost 875 TW-875-000 TSM Ghost Radio w/Internal Battery
CLIN 0002: Five (5) EA Ghost 875 TW-1110 Antenna, GPS Stub
CLIN 0003: Five (5) EA Ghost 875 TW-1805 Ghost Power Cable with USB A Connector
CLIN 0004: Five (5) EA Ghost 875 TW-1650 Data Adapter providing Ethernet on the Shadow and Ghost top cap
CLIN 0005: Five (5) EA Ghost 875 TW-1406 Power Pigtail, BA-5590 Connector
CLIN 0006: Five (5) EA Ghost 875 TW-1800 Power cable from TW-875 to Binder Power accessories
vii. The government will issue a purchase order to the offeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet defined products within Salient Characteristics document. See FAR Clause 52.212-2 Evaluation –Commercial Products and Commercial Services (Nov 2021) under section xii for further details.
viii. Important Dates/Times (All Times are Arizona Local Time)
a. All questions must be submitted by 28 March 2025 05:00 PM EST
ix. It is the responsibility of the offeror to review the RFQ posting for any changes or amendments that may occur. It is the responsibility of the offeror to ensure all quotes and/ or questions are submitted no later than the specified due date/time.
xii. Point of Contacts:
a. Primary: Kody McPherson, kody.mcpherson.1@us.af.mil, 520-228-1922
b. Alternate: SrA Adam Lynn, adam.lynn@us.af.mil, 520-228-4183
xiii. Attachments
a. Salient Characteristics
b. Provisions and Clauses
c. Brand name Only Justification
xiv. 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the service offered to meet the Government requirement;
(ii)price;
The lowest priced offer will be evaluated for technical acceptability and best value to the Government. If found technically acceptable and found to be the best value award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
b. Options. Not applicable to this requirement.
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.
(End of Provision)
xv. 5352.201-9101 ACC Ombudsman Oct 2019
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 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 bse directed to the contracting officer.
(End of clause)
xvi. 52.247-34 F.o.b. Destination.
(a) The term "f.o.b. destination," as used in this clause, means-
(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and
(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.
(b) The Contractor shall-
(1)
(i) Pack and mark the shipment to comply with contract specifications; or
(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;
(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;
(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;
(5) Furnish a delivery schedule and designate the mode of delivering carrier; and
(6) Pay and bear all charges to the specified point of delivery.
(End of clause)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
(b) For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.]
(End of clause)