- 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
Pathwave Software
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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:
- 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
- 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
- Part Number: S9480XBU Restricted Feature Enable License, license certificate delivery- email only, QTY 1
S94800B-KL0 Millimeter wave modulation QTY 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
- 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.
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.