Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOLICITATION NOTICE

58 -- BRAND NAME YORKIE PRO WiFi DETECTORS

Notice Date
9/11/2025 1:57:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP25QA013
 
Response Due
9/22/2025 7:00:00 AM
 
Archive Date
10/07/2025
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@army.mil
(william.t.brown68.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION: W911YP25QA0013 AGENCY/OFFICE: Utah Army National Guard / USPFO DELIVERY LOCATION: Utah Army National Guard / G2 - 12953 S Minuteman Dr. Draper, UT 84020 SUBJECT: Yorkie PRO WiFi Detectors RESPONSE DUE DATE: 0800 AM MST 22 SEP 2025 CONTRACTING POC: William T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273 1.0 SYNOPSIS / DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND-NAME TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This acquisition is being solicited as a BRAND-NAME TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 334511 - �Search, Detection, Navigation and Instrument Manufacturing� which has a Small Business Size Standard of 1,350 employees (www.sba.gov). FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE AND SMALL BUSINESS SIZE STANDARD. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. TECHNICAL CHARACTERISTICS: (12 EACH) YORKIE PRO WiFi DETECTORS Accessories Included: Yorkie Pro operators manual - (1) Monopole passive omni high efficiency antenna 690-2700 MHz (3.95 dBi, SMA male hinged) - (1) WiFi Dual band omni antenna with SMA male connector - (1) omni antenna with SMA connector - Docking station with external transformer for trickle & fast charging mini USB cable for firmware updates & downloading of logged data - Rugged Pelican case with soft foam protection - 2.4/5 GHz DF antenna with handle & cable - Cellular DF antenna with handle & cable - GPS Antenna Yorkie Pro Integrated Features: - Automatic fast charging when unit is placed in dock (can charge and run unit at the same time) - Automatic scan of all cellular (3G & 4G) & all WiFi (2.4 & 5.8 GHz) frequency bands - WiFi Rogue AP detection - Bluetooth & Bluetooth low energy detection - On/Off power button - Internal Li-ION battery system with rapid charge - Internal activity vibrator and/or buzzer -alerts user to cellphone activity, WiFi, or Bluetooth (user configurable) - User adjustable 30 dB of attenuation, by 2 dB step - Stealth mode used for covert operation - Watermark to hunt down brief cell phone transmissions such as SMS texts - WiFi and Cellular CW sweep mode to quickly identify signals from noise - Integrated logging for all alerts and raw data for later post processing and reports snap-shot' screen capture for reports 1.1 SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. 1.2 CONTRACT TYPE / EVALUATION CRITERIA: This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. 1.3 ELIGIBILITY FOR AWARD (SAM Registration & Cyber Security Basic NIST Assessment): All firms or individuals responding must meet all standards required to conduct business with the Government, including having an ACTIVE SAM REGISTRATION and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Vendors MUST have completed the Cyber Security Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment. The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.� https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0 https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0 1.4 QUOTES: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 0800 AM MST 22 SEP 2025. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a92e335f9acb4b04beba073ae6bc6617/view)
 
Place of Performance
Address: UT 84020, USA
Zip Code: 84020
Country: USA
 
Record
SN07587713-F 20250913/250911230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.