SOLICITATION NOTICE
59 -- ComTac Headset and Connection Cables
- Notice Date
- 3/12/2026 12:01:33 PM
- Notice Type
- Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487726QA048
- Response Due
- 3/18/2026 12:30:00 PM
- Archive Date
- 04/02/2026
- Point of Contact
- Brian Jamian, Phone: 5202282377, Micky Hallman, Phone: 5202282214
- E-Mail Address
-
brian.jamian.2@us.af.mil, micky.hallman.1@us.af.mil
(brian.jamian.2@us.af.mil, micky.hallman.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION: RFQ #FA4877-26-Q-A048 48th RQS ComTac Headset and Connection Cables i. This is a solicitation for commercial items prepared in accordance with the format in FAR Part 12, 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 FA4877-26-Q-A048 is issued as a Request for Quotation (RFQ). iii. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06 effective 1 October 2025, DFARS provisions and clauses in effect 11/10/2025, and DAFFARS provisions and clauses in effect 10/16/2024. Additionally, Revolutionary FAR Overhaul updates and DFARS deviations applicable to this solicitation are dated on or after 2/01/2026. iv. This procurement is being issued as a set aside for total small business. The North American Industry Classi?cation System Code is 334310 with a size standard of 750 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 ?rm-?xed price contract for the following: CLIN 0001 - (CT6.XCY.GC) ComTac VI Headset (Coyote) w/ 21 GC Downlead (including Gel cups, Helmet rail mounts, over the head transition band and NIB Technology) (82 EA) CLIN 0002 - (ARS.D.GCR-GCR.GC-01) ARIES Dual Comm Push to Talk Assembly (82 EA) CLIN 0003 - (21GC.R.H13.8) 21 GC Series: PRC-163/RF-9820S/148E Spear Radio Connector with EUD - 8"" Lead (82 EA) CLIN 0004 - (21GC.I.009.8) 21 GC Series: Night Stalker ICS Cable (HI/Low Impedance) (82 EA) CLIN 0005 - (21GC.I.004.8) 21 GC Series: V22 Osprey ICS Cable - 8"" Lead (82 EA) CLIN 0006 - Shipping (1 EA) vii. All questions must be submitted no later than 16 March 2026, 12:30pm PDT viii. All quotes must be submitted via email no later than 18 March 2026, 4:00pm PDT ix. Quotes must include the following information: Company Name, Company Address, CAGE Code, Small Business Type. Quotes must not exceed 4 pages (including cover page). x. It is the responsibility of the quoter to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the quoter to ensure all quotes and/or questions are submitted in a timely manner by the speci?ed due date. xi. Points of Contact: Primary: Brian Jamian, Brian.jamian.2@us.af.mil 520) 228-2377 Alternate: Micky Hallman, micky.hallman.1@us.af.mil, (520) 228-2214 xii. Attachments BNO J_A_48 RQS_ Comtac VI_redacted xiii. 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors identi?ed at paragraph (b)(i � iii) shall be used to evaluate quotes: Technical Acceptability; Technical acceptability is de?ned and referred to within this solicitation document as the quoter�s capability to meet the de?ned characteristics of the product or required service. Price; Project Completion Timeline; Evaluation of past performance will not be conducted as part of this solicitation. Therefore, quoters are advised to present their best terms concerning price and technical capabilities in their initial quotes. The Government, however, reserves the right to engage in discussions with quoters if deemed necessary by the Contracting Officer at a later stage. Quotes that fail to provide required representations or essential information, or those that reject the terms and conditions of the solicitation, may be excluded from further consideration during the evaluation process. Options: Not Applicable to this requirement. A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance speci?ed in the quote, shall result in a binding contract without further action by either party. Before the quote�s speci?ed expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award. End of Provision xiv. 5352.201-9101 ACC Ombudsman (Jul 2023) 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 con?dentiality 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. Before consulting with an ombudsman, interested parties must ?rst 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 (e.g., agency level bid protests, GAO bid protests, requests for debrie?ngs, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-5372 (DSN 574-5372) email: acc.a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that 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. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) xv. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) As prescribed in DAFFARS 5323.804-90, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024) Contractors shall not: Provide any service or product with any speci?cation, 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 Provide any speci?cation, 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. a. For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product speci?cation identi?ed in AFI 32-7086) are Class I ODSs: Halons: 1011, 1202, 1211, 1301, and 2402; Chloro?uorocarbons (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; 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 de?nition of a Class I ODS.] End of clause
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d311b32988ce4bc9b5907fdddefe8d0e/view)
- Place of Performance
- Address: Tucson, AZ, USA
- Country: USA
- Country: USA
- Record
- SN07743644-F 20260314/260312230049 (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 |