SOLICITATION NOTICE
36 -- CO2 Laser Cutter & Engraver
- Notice Date
- 3/9/2026 6:19:04 AM
- Notice Type
- Solicitation
- NAICS
- 333248
—
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875126Q0016
- Response Due
- 3/16/2026 12:00:00 PM
- Archive Date
- 03/31/2026
- Point of Contact
- Tabitha Haggart
- E-Mail Address
-
tabitha.haggart@us.af.mil
(tabitha.haggart@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a solicitation for commercial products or commercial services prepared in accordance with part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate 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. Solicitation number FA875126Q0016 is issued as a request for quotation (RFQ). This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The contractor shall provide the items in the specifications attachment (Attachment No. 1), on a brand name or equal firm fixed price basis including the cost of shipping FOB Destination. The identified items reflect the physical, functional, and performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum level of quality or reliability desired; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. The items listed may be offered on a ""brand name or equal basis""; part numbers are provided for reference only. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. SHIP HARDWARE TO: DoDAAC: F4HBL1 CountryCode: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 120 ELECTRONIC PKWY ROME, NY 13441-4516 UNITED STATES 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. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 5-7 weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (FEB 2026), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) Written quotes are due at or before 3:00PM, (Eastern Time) Monday, 16 March 2026 Submit via email to: tabitha.haggart@us.af.mil The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (FEB 2026) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; and (ii) price The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the specifications listed in Attachment No. 1. All evaluation factors, when combined, are approximately equal. Offerors are required to complete representations and certifications found in the provision at DFARS 252.204-7998, Alternate A, Annual Representations and Certifications (DEVIATION 2026-O0043) (FEB 2026), as well as the following: 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (FEB 2024) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2 ) The clause at 52.212-4, Terms and Conditions -- Commercial Products and Commercial Services (FEB 2026), applies to this acquisition. The following FAR and FAR Supplement provisions and clauses also apply to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7, System for Award Management � Registration (FEB 2026) 52.204-13, System for Award Management � Maintenance (FEB 2026).) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (FEB 2026) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (FEB 2026) 52.219-6, Notice of Total Small Business Aside (FEB 2026) 52.219-28, Post Award Small Business Program Representation (FEB 2026) 52.222-3, Convict Labor (FEB 2026) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (FEB 2026) 52.222-36, Equal Opportunity for Workers With Disabilities (FEB 2026) 52.222-50, Combating Trafficking in Persons (FEB 2026) 52.223-23, Sustainable Products and Services (FEB 2026) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3, Protest After Award (FEB 2026) 52.233-4, Applicable Law for Breach of Contract Claim (FEB 2026) 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (FEB 2026) 52.240-91, Security Prohibitions and Exclusions (FEB 2026) 52.244-6, Subcontracts for Commercial Products and Commercial Services (FEB 2026) 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) 52.252-5, Authorized Deviations in Provisions (NOV 2020) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Acquisition Regulations System (DARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. 52.252-6, Authorized Deviations in Clauses (NOV 2020) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The use in this solicitation or contract of any Defense Acquisition Regulations System (DARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. 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) 252.204-7018, 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 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001, Buy American and Balance of Payments Program (FEB 2024) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7013 Duty Free Entry (AUG 2025) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.244-7999, Subcontracts for Commercial Products or Commercial Services (FEB 2026) (DEVIATION 2026-O0015) 252.246-7008, Source of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea � Basic (OCT 2024) 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Technical Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil 5352.223-9001, Health and Safety on Government Installations (JUL 2023) 5352.242-9000, Contractor Access to Department of the Air Force Installations (JUN 2024) 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. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (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 #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ba98d530ac52460faace7f85b6a73129/view)
- Record
- SN07738617-F 20260311/260309230042 (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 |