Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2026 SAM #8802
SOLICITATION NOTICE

70 -- Data Diode

Notice Date
12/30/2025 10:15:45 AM
 
Notice Type
Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA9453 AFRL RVK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
FA9453-DataDiode
 
Response Due
1/15/2026 8:00:00 AM
 
Archive Date
01/30/2026
 
Point of Contact
Jamaal Ramey, Paige Thompson
 
E-Mail Address
jamaal.ramey.1@spaceforce.mil, paige.thompson@spaceforce.mil
(jamaal.ramey.1@spaceforce.mil, paige.thompson@spaceforce.mil)
 
Description
SOLICITATION NOTICE: Requirement Title: Data Diode Software Support Solicitation Number: Solicitation Issue Date: 30 December 2025 Response Deadline: 15 January 2026 Points of Contacts: Jamaal Ramey / jamaal.ramey.1@spaceforce.mil Alternate POC: Jamaal Ramey / jamaal.ramey.1@spaceforce.mil Contracting Officer: Paige Thompson / paige.thompson@spaceforce.mil GENERAL INFORMATION 1. This is a Request For Quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. 2. This acquisition is set-aside 100% for Small Business Competition. North American Industry Classification System Code (NAICS) is 541519 � Other Computer Related Services, which falls under 54151 � Software Maintenance Services. The size standard of 150 employees. All qualified small businesses under this industry are encouraged to submit quotes. The PSC is 7G21 � IT and Telecom � Network: Digital Network Products (Hardware and Perpetual License Software). 3. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. 4. Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation REQUIREMENT INFORMATION Description: The contractor shall provide the items detailed in Attachment 1 on a firm fixed price basis, including the cost of shipping FOB Destination. See Attachment 1 � Data Diode Requirements F.O.B. Destination; Kirtland AFB, New Mexico 87117 (exact customer address will be provided in the resulting contract). Items for: Data Diode (See Attachments 1 and 2) Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new. Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. Warranty: If a warranty is applicable, Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Delivery: All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance, and FOB destination point is Kirtland AFB, Albuquerque, NM 87117. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services applies to this acquisition. Addendum to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 1100am, (Eastern Time). Submit to: AFRL/RVKY, Attn: Paige Thompson, by email to Jamaal Ramey / jamaal.ramey.1@spaceforce.mil. (b)(4) Submit a technical description of the items being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (g) Contract award. The Government intends to evaluate offers and award one (1) Firm Fixed Price contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. All responsible organizations may submit a quote which shall be considered. INSTRUCTIONS TO OFFERORS 1. Questions may be submitted to the PoC and Contracting Officer listed above no later than 14 Jan 2026. Questions submitted after this date may not be answered. 2. Quotes in response to this solicitation must be submitted via email to the PoC and Contracting Officer listed above no later than the established deadline. The closing date for RFQ submission is 15 Jan 2025 @ 11:00 AM Eastern Standard Time. Offers received after this date and time will not be considered. 3. Quotes must contain contractor�s information to include the cage code, UEI, Company POC, 9-digit zip code, and payment terms. 4. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference. Deviations are located at https://www.acq.osd.mil/dpap/dars/class_deviations.html. EVALUATION CRITERIA The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. 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 Acceptability, the technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provides sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable (LPTA) basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal. This is a RFQ for Data Diode, must meet requirements listed in Attachment 1. iii � Price � Price will be evaluated on a comparative basis amongst all received quotations and the Government�s estimate. Contractor Responses: Quoters shall provide sufficient information to make a thorough evaluation and a sound determination as to whether the proposed products are adequate to meet the requirements of the Government. The quote shall be specific, detailed, and sufficiently complete to clearly and fully demonstrate the quoter's total comprehensive knowledge and understanding of the requirements and provide sufficient technical information to determine product offered meets or exceed the required specifications. It is not the Government�s responsibility to obtain additional information to determine technical acceptability. Quote Submission Requirements: All intended parties shall comply with the requirements listed below for this RFQ. Failure to comply shall result in the contractor not being considered for award. a. Provide an itemized quote which clearly identifies all items b. Provide a Price Cover Sheet with the following: Total Cost to include shipping F.O.B. Destination Provide Company CAGE Code, Company POC, and UEI Warranty information to include warranty claim process. This information should include what is covered for each component of the requirement and the time frame which the warranty covers Company information outlining Company�s ability to meet the requirements of the RFQ Offeror shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAY 2024), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.225-7020, Trade Agreements Certificate�Basic (NOV 2014) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUNE 2023) TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Deviation 2025-O0004) (MAR 2025). The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement 4 provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (6) 52.233-3, Protest After Award (AUG 1996) ( 31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025), (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (JAN 2024) 52.219-28, Alternate I (MAR 2020) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2025) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) 52.239-1, Privacy or Security Safeguards (Aug 1996) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.247-34, FOB Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022). 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.211-7003, Item Identification and Valuation (JAN 2023) Para. (c)(1)(i): N/A Para. (c)(1)(ii): N/A Para. (c)(1)(iii): N/A Para. (c)(1)(iv): N/A Para. (f)(2)(iii): N/A 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) 252.227-7015, Technical Data--Commercial Products and Commercial Services (JAN 2025) (10 U.S.C. 2320) 252.227-7037, Validation of Restrictive Markings on Technical Data (JAN 2025) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.239-7017, Notice Of Supply Chain Risk (DEC 2022) 252.239-7018, Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383) 252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023) 252.246-7008, Source of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea � Basic (OCT 2024) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: AFRL/PK Technical Director. The Alternate Ombudsman is the AFRL/PK Deputy Director of Contracting. 1864 4th Street, WPAFB, OH 45433, Phone: 937-503-2186, Email: afrl.pk.workflow@us.af.mil CONTRACT ADMINISTRATION DATA Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow (see website � https://piee.eb.mil). Wide Area Workflow Training may be accessed online at this location. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: For proposed Line Item Numbers with a unit price ? $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Note that the clause at 252.232-7006 is included in this solicitation. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. NOTE: To receive an award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. AFFARS CLAUSES 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: AFRL/PK Technical Director. The Alternate Ombudsman is the AFRL/PK Deputy Director of Contracting. 1864 4th Street, WPAFB, OH 45433, Phone: 937-503-2186, Email: afrl.pk.workflow@us.af.mil 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (JUN 2024) All remaining clauses applicable to this RFQ are applied under acquisition.gov. ATTACHMENTS Attachment 1 � Data Diode Requirements
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a8a0a68cefd143c996dd08dc1c47b5a9/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07675916-F 20260101/251230230038 (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.