Skip to content
Department of Defense

North Atlantic I/O Boards Sole Source

Solicitation: FA822226QB003
Notice ID: 3c0ac93b3c344b16b0f574380dbdb36d

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Feb 28, 2026. Industry: NAICS 334111 • PSC 7A21.

Market snapshot

Awarded-market signal for NAICS 334111 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,142,402,107
Sector total $20,371,516,771 • Share 5.6%
Live
Median
$75,000,000
P10–P90
$38,371$75,000,000
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
5.6%
share
Momentum (last 3 vs prior 3 buckets)
+9425%($1,118,664,691)
Deal sizing
$75,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for UT
Live POP
Place of performance
Hill Air Force Base, Utah • 84056 United States
State: UT
Contracting office
Hill Afb, UT • 84056-5805 USA

Point of Contact

Name
RIchard Hales
Email
richard.hales.1@us.af.mil
Phone
Not available
Name
Audrey Lee
Email
audrey.ARMSTRONG.4@US.AF.MIL
Phone
8017777323

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8222 AFSC OL H PZIE
Contracting Office Address
Hill Afb, UT
84056-5805 USA

More in NAICS 334111

Description

Combined Synopsis/Solicitation

  1. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.

  1. Solicitation Number: FA822226QB003
  2. This solicitation is issued as a request for quotation (RFQ). This is a sole source requirement. Please consult sole source justification for more details.

  1. This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06.

Contracting Officer's Business Size Selection

Small Business, Sole Source

NAICS Code

334111

Small Business Size Standard

1250 Employees

CLIN

Description

UI

QTY

001-AA

P/N: 64G5-2-RY1RY1RY1RY1RY1RY10BC10; Description: VME MFIO Board, IAW Equipment List

EA

12









 

  1. Description of item(s) to be acquired:

The contractor shall provide requested products to 309th SWEG located at Hill AFB, Utah. Please reference the attached documents for detailed specifications:

Equipment list

Sole Source Justification

  1. Dates and Place of Delivery:

6137 Wardleigh Rd.

Bldg. 1515

Hill AFB, UT 84056

Delivery: 180 days ARO FOB: Destination

  1. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 27 February 2026 at 5:00 PM MT via electronic mail to richard.hales.1@us.af.mil and audrey.armstrong.4@us.af.mil
    1. Provide Cage code and SAM UEI when submitting bid.

  1. 52.212-2: Evaluation -- Commercial Items

(a) 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) price;

(ii) technical capability of the item offered to meet the Government requirement;

               

Based on the quote, the offerors need to meet the requirements on the product description found in 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 lowest price, which also 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.  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 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

  1. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

  1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.

  1. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014)

OTHER FAR CLAUSES AND PROVISIONS

52.203-6                Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

52.204-7                System for Award Management

52.204-10              Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.204-27              Prohibition on a ByteDance Covered Application. (June 2023)

52.209-6                Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).

52.217-9                Option to Extend the Term of the Contract

52.219-3                Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

52.219-6                Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

52.222-3                Convict Labor (IAW FAR 22.202)(JUN 2003)

52.222-19             Child Labor—Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 

52.222-21              Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999)

52.222-26              Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007)

52.222-35              Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).

                52.222-36              Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793).

52.222-37              Employment Reports on Veterans (July 2014) (38 U.S.C. 4212).

52.222-40             Notification of employees rights under the national labor relations act (DEC 2010)

52.222-50             Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

52.223-18              Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513).

52.225-1                Buy American--Supplies (May 2014) (41 U.S.C. chapter 83)

52.225-13              Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33              Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).

52.233-3                Protest After Award (AUG 1996)

52.233-4                Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).

52.252-2                Clauses incorporated by reference

52.252-6                Authorized Deviations in clauses

252.204-7004      Antiterrorism Awareness Training for Contractors.

252.204-7008      Compliance with Safeguarding Covered Defense Information Controls.

252.204-7009      Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012      Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7017      Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

252.204-7018      Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7024      Notice on the Use of the Supplier Performance Risk System

252.204-7023      Reporting Requirements for Contracted Services

252.232-7003      Electronic Submission of Payment request and Receiving reports

252.232-7006      Wide Area WorkFlow Payment instructions

5352.223-9000    Elimination of Use of Class I Ozone Depleting Substances (ODS)

5352.201-9101    Ombudsman

(a) 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 confidentiality 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.    

(b) Before consulting with an ombudsman, interested parties must first 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 debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). 

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Regina Marquardt-Chihuahua, 6038 Aspen Ave, Bldg 1289 Upstairs, Hill AFB, UT 84056, Phone: (801) 777-5087, regina.marquardt-chihuahua@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.

(d) The ombudsman has no authority to render a decision that binds the agency. 
(e) 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)

  1. Additional Contract Requirement or Terms and Conditions:

N/A

  1. Defense Priorities and Allocations System (DPAS):

N/A

  1. Proposal Submission Information:

All questions or comments must be sent to Richard Hales and Audrey Armstrong by email at richard.hales.1@us.af.mil and audrey.armstrong.4@us.af.mil, NLT 19 February 2026 at 1100 MT. Offers are due by 27 February 2026 at 5:00 PM MT via electronic mail to Richard Hales and Audrey Armstrong at the emails stated above.

Notice to Offerors:

The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date.  In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force is issuing a Combined Synopsis/Solicitation under Solicitation Number FA822226QB003 for a sole source acquisition of VME MFIO Boards. This solicitation is focused on obtaining 12 units (P/N: 64G5-2-RY1RY1RY1RY1RY1RY10BC10) to be delivered to Hill AFB, Utah, within 180 days after receipt of order. Offers are due by February 27, 2026, at 5:00 PM MT, where the evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria.

What the buyer is trying to do

The buyer requires 12 VME MFIO Boards to support operations at the 309th SWEG located at Hill AFB. As this is a sole source requirement, the buyer is looking for a compliant offer that meets specific technical capabilities and parts description detailed in the solicitation.

Work breakdown
  • Review the sole source justification and understand specifications for the VME MFIO Board.
  • Compile a quote with total price and confirm it meets the Government requirements as outlined in the solicitation.
  • Ensure compliance with submission requirements: provide Cage code and SAM UEI.
  • Prepare a completed copy of 52.212-3, Offeror Representations and Certifications.
  • Submit the offer via email by the deadline with required documentation.
Response package checklist
  • Completed pricing quote for 12 VME MFIO Boards.
  • Cage code and SAM UEI for registration verification.
  • Completed Offeror Representations and Certifications (52.212-3).
  • Technical specifications compliance confirmation.
Suggested keywords
VME MFIO BoardsAir Forcesole sourceLPTAcommercial items
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed delivery and production capabilities of the VME MFIO Board.
  • Specific technical performance requirements for the MFIO Boards.
  • Clarification on the submission process for potential teaming or subcontracting arrangements.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.