Cordless Nutrunners
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is soliciting Cordless Nutrunners via a Request for Quotation (RFQ), W50S7F26Q0021. This opportunity is a 100% Total Small Business Set-Aside for the Minnesota Air National Guard in Duluth, MN. The requirement includes 40-volt cordless nutrunners, batteries, and chargers. Quotes are due by May 22, 2026.
Scope of Work
The solicitation seeks specific commercial products:
- CLIN0001: 8 each 40-volt Cordless Nutrunners with brushless motor, angle wrench for low clearance, multifunction display, programmable configurations, pin detent retainer, 1/2” drive, and 80 Nm torque.
- CLIN0002: 12 each 2.5 Amp hour/40-volt batteries.
- CLIN0003: 6 each 40-volt battery chargers. All items must be delivered to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) under FAR Part 12.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 333991 (Hand Tools, Power Driven), size standard 950 employees.
- Delivery: Within 60 days after contract award. Offerors should provide their best delivery date if 60 days is not feasible.
- Quote Validity: Quotes must be valid for a minimum of 60 days.
- Award Intent: The Government intends to award one contract but reserves the right to consider partial or multiple awards.
Submission & Evaluation
- Response Due: May 22, 2026, by 6:00 PM ET.
- Questions Due: Two business days prior to the quote due date, in writing, to Joshua Fish (joshua.fish.1@us.af.mil) and Rebecca Dimler (rebecca.dimler@us.af.mil). Place solicitation number W50S7F26Q0021 in the email subject line.
- Submission Instructions: Electronic documents must be unlocked and in standard Microsoft or Adobe formats, with a total file size under 10MB. Offerors should include past performance information, place of manufacture for all items, and feasible delivery dates.
- Evaluation Criteria: Best Value approach, considering price, technical, delivery, and past performance. Technical, delivery, and past performance, when combined, are approximately equal to price. Innovative solutions will be considered.
- Discussions: The Government intends to award without discussions; therefore, initial offers should contain the best terms.
- Registration: Offerors must be registered and have an active status in SAM.gov at the time of quote evaluation. Small business joint ventures must submit specific representations.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Payment instructions are provided for Wide Area WorkFlow (WAWF). The National Guard Agency Protest Program is available for dispute resolution.