- 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
Permanent Under Vehicle Inspection System (UVIS)
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 27, 2026. Industry: NAICS 561621 • PSC 6350.
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 561621 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561621
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial supply prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665626Q0005 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-06 (01 Oct 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20251110 (10 Nov 2025). This solicitation is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial service is 561621; the small business size standard is $25 million.
The 910th AW has a requirement to procure the commercial supply listed below.
SCHEDULE OF SUPPLIES/SERVICES:
This acquisition is for the purchase of the following item(s):
CLIN 0001 – (1) Permanent Under Vehicle Inspection System (UVIS) to include installation and training.
Brand Name or Equivalent to LowCam Model VI150LPR-FOD (See Attachment 1 for Salient Characteristics)
The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: www.acquisition.gov/far.
List of applicable provisions and clauses:
PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (Deviation)
FAR 52.204-13 System for Award Management-Maintenance. (Deviation)
FAR 52.204-7 System for Award Management-Registration. (Deviation)
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (Deviation)
FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Deviation)
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. (Deviation)
FAR 52.212-4 Terms and Conditions-Commercial Products and Commercial Services. (Deviation)
FAR 52.214-34 Submission of Offers in the English Language.
FAR 52.214-35 Submission of Offers in U.S. Currency.
FAR 52.219-6 Notice of Total Small Business Set-Aside. (Deviation)
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Deviation)
FAR 52.222-3 Convict Labor. (Deviation)
FAR 52.222-36 Equal Opportunity for Workers with Disabilities. (Deviation)
FAR 52.222-50 Combating Trafficking in Persons. (Deviation)
FAR 52.223-23 Sustainable Products. (Deviation)
FAR 52.223-5 Pollution Prevention and Right-to-Know Information.
FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. (Deviation)
FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. ALT II (Deviation) (Alternate II)
FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-3 Protest after Award. (Deviation)
FAR 52.233-4 Applicable Law for Breach of Contract Claim. (Deviation)
FAR 52.240-90 Security Prohibitions and Exclusions Representations and Certifications. (Deviation)
FAR 52.240-91 Security Prohibitions and Exclusions. (Deviation)
FAR 52.244-6 Subcontracts for Commercial Products and Commercial Services. (Deviation)
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Products and Commercial Services applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b),
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.
DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7055 Representation Regarding Business Operations with the
Maduro Regime.
DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro
Regime.
DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation.
DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.247-7023 Transportation of Supplies by Sea.
DAFFARS 5352.201-9101 Ombudsman.
DAFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS).
DAFFARS 5352.242-9000 Contractor Access to Air Force Installations applies to this acquisition.
PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT
DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation.
PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS
EQUIPMENT OR SERVICES-REPRESENTATION (MAY 2021)
The Offeror is not required to complete the representation in this provision if the Offeror has represented in the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation, that it "does not provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument."
(a) Definitions. "Covered defense telecommunications equipment or services," "covered mission,"
"critical technology," and "substantial or essential component," as used in this provision, have the
meanings given in the 252.204-7018 clause, Prohibition on the Acquisition of Covered Defense
Telecommunications Equipment or Services, of this solicitation.
(b) Prohibition. Section 1656 of the National Defense Authorization Act for Fiscal Year 2018
(Pub. L. 115-91) prohibits agencies from procuring or obtaining, or extending or renewing a contract to
procure or obtain, any equipment, system, or service to carry out covered missions that uses covered
defense telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology as part of any system.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) at https://www.sam.gov for entities that are excluded when providing any
equipment, system, or service to carry out covered missions that uses covered defense
telecommunications equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system, unless a waiver is granted.
(d) Representation. If in its annual representations and certifications in SAM the Offeror has
represented in paragraph (c) of the provision at 252.204-7016, Covered Defense Telecommunications
Equipment or Services-Representation, that it "does" provide covered defense telecommunications
equipment or services as a part of its offered products or services to the Government in the performance
of any contract, subcontract, or other contractual instrument, then the Offeror shall complete the
following additional representation:
The Offeror represents that it will__/will not__ provide covered defense telecommunications equipment or services as a part of its offered products or services to DoD in the performance of any award resulting from this solicitation.
(e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it "will provide covered defense telecommunications equipment or services," the Offeror shall provide the following information as part of the offer:
(1) A description of all covered defense telecommunications equipment and services offered (include brand or manufacturer; product, such as model number, original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable).
(2) An explanation of the proposed use of covered defense telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition referenced in paragraph (b) of this provision.
(3) For services, the entity providing the covered defense telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known).
(4) For equipment, the entity that produced or provided the covered defense telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
(End of provision)
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions.
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award
Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures
for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-
Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at
https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry,
Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when
submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
NA
(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price
line items that require shipment of a deliverable.)
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
Invoice 2in1
(Contracting Officer: Insert either "Invoice 2in1" or the applicable invoice and receiving
report document type(s) for fixed price line items for services.)
(iii) For customary progress payments based on costs incurred, submit a progress
payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial financing, submit a commercial financing request.
(2) ) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF - Data to be entered in WAWF
Pay Official DoDAAC - F87700
Issue By DoDAAC - FA6656
Admin DoDAAC - FA6656
Inspect By DoDAAC - F5Q341
Ship To Code - F5Q341
Ship From Code - NA
Mark For Code - NA
Service Approver (DoDAAC) - F5Q341
Service Acceptor (DoDAAC) - F5Q341
Accept at Other DoDAAC - NA
LPO DoDAAC - NA
DCAA Auditor DoDAAC - NA
Other DoDAAC(s) - NA
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert "See Schedule" or "Not applicable.")
(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
lori.jenkins.1@us.af.mil
(Contracting Officer: Insert applicable information or "Not applicable.")
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services. (Deviation)
Evaluation-Commercial Products and Commercial Services (Feb 2026) (Deviation)
(a) Evaluation factors. 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 will be used to evaluate offers:
[Insert evaluation factors in the relative order of importance. For requests for proposals, state:
Evaluation factors other than price when combined are [significantly more important than price
/approximately equal to price/significantly less important] than price. For invitations for bids, list only
price and price-related factors.]
Lowest Price Technically Acceptable
____
____
____
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer 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.
(End of provision)
Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor’s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Daylight Savings Time (EDT) on Friday, 27 March 2026. Please submit quote via email to ryan.cooley.5@us.af.mil or by mail to 910th CONF/PK, BLDG 504, ATTN: Ryan Cooley, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Ryan Cooley at (330) 609-1045 or ryan.cooley.5@us.af.mil.
Government’s intent is to award a single contract between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.
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.