SOLICITATION NOTICE
70 -- Lab VIEW Software Renewal
- Notice Date
- 9/5/2025 9:43:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9300-25-Q-6003
- Response Due
- 9/10/2025 2:00:00 PM
- Archive Date
- 09/25/2025
- Point of Contact
- Andrea Brooks, Phone: 661-275-2856, Kameelah Purdom, Phone: 661-277-9559
- E-Mail Address
-
andrea.brooks.5@us.af.mil, kameelah.purdom@us.af.mil
(andrea.brooks.5@us.af.mil, kameelah.purdom@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMEND 01: Included redacted Single Source Justification (SSJ) document due to the Brand Name nature of this requirement. Combined Solicitation/Synopsis Lab VIEW Software Renewal Edwards AFB, CA 93524 (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the sole Solicitation for this requirement; a written solicitation will not be issued. Proposals are requested under the authority of FAR 13, Simplified Acquisition Procedures. (ii)Solicitation Number: FA9300-25-Q-6003 This solicitation is issued as a Request for Quote (RFQ) (iii)This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-05, DPN 20250117, and DAFAC 2025-0612. (iv)THIS REQUIRMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. NAICS Code: 513210. Small business size standard: $47 Million. (v)CLIN Nomenclature BASE YEAR CLIN 0001 - 940006-10 LabVIEW Standard Service Program Lease Non-Concurrent Volume License Agreement Software Service Renewal of LABVIEW REAL-TIME MODULE, SUBSCRIPTION LICENSE, WINDOWS, ENGLISH, DOWNLOAD S/N D11L1026334 Volume License Agreement Service ID MJAI-4WTKEP Renewing 2 Seats With 1 YR LABVIEW STANDARD SERVICE PROGRAM LEASE CLIN 0002 - 940006-10 LabVIEW Standard Service Program Lease Non-Concurrent Volume License Agreement Software Service Renewal of LABVIEW FULL DEVELOPMENT SYSTEM, WINDOWS, ALL LANGUAGES, SUBSCRIPTION LICENSE, DOWNLOAD S/N H21M84410 Volume License Agreement Service ID MJAI-4WTKEP Renewing 6 Seats With 1 YR LABVIEW STANDARD SERVICE PROGRAM LEASE OPTION YR(S) CLIN 1001 CLIN 1002 CLIN 2001 CLIN 2002 CLIN 3001 CLIN 3002 CLIN 4001 CLIN 4002 (vi)Description of items to be acquired: This requirement is for a Laboratory Virtual Instrumental Engineering Workbench (LabVIEW) Software subscription renewal at Air Force Research Laboratories, at Edward AFB, CA. The software serves as the unified control system for all testing performed by the In-Space Propulsion Laboratory. LabVIEW software is compatible with the data acquisition systems used across the laboratory and currently has LabVIEW products (hardware and Software). (vii) Delivery Date: MUST BE received NO LATER THAN 30 SEP 2025. Please notate estimated delivery timeframes in quote. FOB: DESTINATION � EDWARDS AFB, CA 93524 Inspection/Acceptance Terms: Destination/Destination (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Federal FAR Site, www.acquisition.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. SAM UEI Numbers: b. TIN Number: c. CAGE Code: d. Contractor Name: e. Payment Terms (net30) or Discount: f. Point of Contact and Phone Number: g. Email address: h. FOB (destination or origin): i. Warranty (if applicable) TECHNICAL CAPABILITY INFORMATION: Provide details of your firm�s ability to provide the product offered. This information will be used to determine the technical acceptability of the product offered. Technical Capability information is included �Description of Items to be acquired� section (vi) above. (ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM to 52.212-2, Evaluation � Commercial Items. 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. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: (i)Price. (ii)Technical capability of the item offered to meet the Government requirement; (Your quote must clearly show and demonstrate your company�s ability to meet all stated requirements of section �(iv) Description of Items to be acquired.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) (b)Evaluation is on Lowest-Price-Technically-Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with the lowest price, which fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this Solicitation. The award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c)A written notice of the 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before the award. (x)Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at www.sam.gov is acceptable. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xiv)Additional Contract Requirement or Terms and Conditions: Requesting one (1) base year and four (4) option years (xv)Defense Priorities and Allocation System (DPAS): N/A (xvi)Proposal Submission Information: Offers are due by: Wednesday, 10 SEP 2025 at 2:00 pm Pacific Standard Time (PT) via electronic mail to the Point of Contacts in xvii. (xvii) For additional information regarding this solicitation contact: Primary Point of Contact: Andrea Brooks Contract Specialist andrea.brooks.5@us.af.mil Phone: 661-275-2856 Secondary Point of Contact: Kameelah Purdom Contracting Officer Kameelah.purdom@us.af.mil Phone: 661-277-9559 Contracting Office Address: 5 S Wolfe Ave., Bldg. 2800 Edwards AFB, California 93524-1185 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d8f920e0dc34ae89d0ef45f0d49a65d/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07580579-F 20250907/250905230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |