Skip to content
Department of Defense

Pathwave Software

Solicitation: FA875126Q0032
Notice ID: 91185d010fbc49e180f6ff0d975874e7
TypeCombined Synopsis SolicitationNAICS 334515PSC6625DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNYPostedFeb 26, 2026, 12:00 AM UTCDueMar 05, 2026, 08:00 PM UTCCloses in 7 days

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Mar 05, 2026. Industry: NAICS 334515 • PSC 6625.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA875126Q0032. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.

12-month awarded value
$40,813,769
Sector total $21,000,300,080 • Share 0.2%
Live
Median
$55,042
P10–P90
$41,730$6,422,443
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($40,813,769)
Deal sizing
$55,042 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 NY
Live POP
Place of performance
Rome, New York • 13441 United States
State: NY
Contracting office
Rome, NY • 13441-4514 USA

Point of Contact

Name
Brooke McDonald
Email
Brooke.McDonald@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE RESEARCH LABORATORY • FA8751 AFRL RIKO
Contracting Office Address
Rome, NY
13441-4514 USA

More in NAICS 334515

Description

 Combined Synopsis/Solicitation for Commercial Products and Commercial Services

General Information

           

            Title: Pathwave Software

            Document Type:  Combined Synopsis/Solicitation

            Solicitation Number:  FA875126Q0032

            Posted Date:    

            Original Response Date: 

            Current Response Date:

            Classification Code:  6625

            Set-Aside:  Total Small Business

            NAICS Code:  334515

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

Description   

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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 FA875126Q0032 is issued as a Request for Quote (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20251110.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

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 following items on a BRAND NAME ONLY (See Attachment 1) firm fixed price basis including the cost of shipping FOB Destination: 

  1. Part Number: S93053B, IQ Data Bandwidth up to 40 GHz Node Locked perpetual license. QTY 1

SW1000-SUP-01 12 months, node locked KeysightCare software support subscription. QTY 1

  1. Part Number: 89601C PathWave VSA 89600C Custom Modulation Package, includes 89601202C/89601AYAC/89601BHFC/89601PSMC/89601EVMC License certification delivery- email only Node locked perpetual license, QTY 1

SW1000-SUP-01 12 months, node locked KeysightCare software support subscription. QTY 1

  1. Part Number: S9480XBU Restricted Feature Enable License, license certificate delivery- email only, QTY 1

S94800B-KL0 Millimeter wave modulation QTY 1

  1. Part Number: S93083B Vector and scalar mixer/converter measurements, license certificate delivery- email only node locked perpetual license QTY 1

SW10000-SUP-01 12 months, node locked Keysight Care software support subscription

  1. Part Number: S93010B Time domain analysis license certificate delivery- email only node locked perpetual license QTY 1

SW1000-SUP-01 12 months, node locked KeysightCare software support subscription QTY 1

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. 

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

Used, pre-owned, refurbished, or remanufactured goods will not be accepted.  Items must be factory new.

The anticipated delivery date is 4 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. 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. 

Addendum to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 3:00 PM, (Eastern Time) 05 March 2026.  Submit to:  AFRL/RIKO, Attn: Brooke McDonald, by email to Brooke.McDonald@us.af.mil

The provision at FAR 52.212-2, Evaluation -- Commercial Items (FEB 2026) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) technical capability

All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.

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, Contract Terms and Conditions -- Commercial Products and Commercial Services (FEB 2026), applies to this acquisition.

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-7 System for Award Management---Registration

52.204-13, System for Award Management—Maintenance

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.219-6, Notice of Total Small Business Aside

52.219-28, Post Award Small Business Program Rerepresentation

52.222-3, Convict Labor

52.222-19, Child Labor—Cooperation with Authorities and Remedies

52.222-36, Equal Opportunity for Workers With Disabilities

52.222-50, Combating Trafficking in Persons

52.226-8,Encouraging Contractor Policies to Ban Text Messaging While Driving

52.229-11, Tax on Certain Foreign Procurements—Notice and Representation

52.232-33, Payment By Electronic Funds Transfer—System For Award Management

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4,Applicable Law for Breach of Contract Claim

52.240-90, Security Prohibitions and Exclusions Representations and Certifications

52.240-91, Security Prohibitions and Exclusions

52.240-93, Basic Safeguarding of Covered Contractor Information Systems

52.244-6, Subcontracts for Commercial Products and Commercial Services

52.247-34, FOB Destination

52.252-1 Solicitation Provisions Incorporate by Reference

52.252-2 Clauses Incorporated by Reference

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7003 Control of Government Personnel Work Product

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

252.211-7003, Item Identification and Valuation

Para. (c)(1)(i): None

Para. (c)(1)(ii): None

Para. (c)(1)(iii):  None

Para. (c)(1)(iv):  None

Para. (f)(2)(iii):  None

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7000, Buy American--Balance of Payments Program Certificate

252.225-7001, Buy American and Balance of Payments Program

252.225-7048 Export-Controlled Items

252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime

252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation

252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.227-7990 Technical Data – Commercial Products and Commercial Services (FEB 2026) (DEVIATION 2026-O0036)

252.227-7997 Validation of Asserted Restrictions on Technical Data (FEB 2026)  (DEVIATION 2026-O0036)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.239-7017, Notice Of Supply Chain Risk

252.239-7018, Supply Chain Risk

252.243-7001, Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Products and Commercial Services

252.244-7999, Subcontracts for Commercial Products or Commercial Services (FEB 2026) (DEVIATION 2026-O0015)

252.246-7008, Source of Electronic Parts

252.247-7023, Transportation of Supplies by Sea – Basic

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

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 proposal, which shall be considered.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.