Depot-level repair and calibration services of (3) non-operational Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers

SOL #: FA930226Q0042Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9302 AFTC PZZ
EDWARDS AFB, CA, 93524-1185, United States

Place of Performance

Edwards, CA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 27, 2026
2
Submission Deadline
May 1, 2026, 7:00 PM

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 Air Force is soliciting quotes for depot-level repair and calibration services for three (3) non-operational Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers located at Edwards Air Force Base, CA. This requirement is a Total Small Business Set-Aside. Quotes are due by May 1, 2026, at 12:00 PM PST.

Scope of Work

The objective is to restore the three specified Rohde & Schwarz FSV40-N units (Serial Numbers: 101203, 102145, 101843) to a like-new, fully functional condition, meeting original equipment manufacturer (OEM) specifications. These analyzers are critical Test, Measurement, and Diagnostic Equipment (TMDE) for supporting electronic systems testing at Edwards AFB. The scope includes:

  • Providing all labor, parts, materials, facilities, and transportation for depot-level repair, adjustment, modification, and calibration.
  • Performing a "Standard Price Repair" to identify and fix all faults.
  • Implementing mandatory OEM preventive maintenance and reliability modifications.
  • Conducting full calibration in an ISO 9001-certified facility using IEC/ISO 17025 standards and a non-binary decision rule with guard-banding.
  • Verifying complete product specifications and providing documented test results.
  • The contractor will perform all work at their certified depot facility and is responsible for shipping to and from Edwards AFB. A minimum 12-month comprehensive warranty on repaired units (parts and labor) is required. The government will provide the analyzers as Government Furnished Equipment (GFE).

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 811210 "Electronic and Precision Equipment Repair and Maintenance" (Size Standard: $34,000,000)
  • Product Service Code: J066 "Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment"
  • Period of Performance: 60 calendar days from date of award.
  • Quote Due Date: May 1, 2026, at 12:00 PM PST.
  • Question Period End: April 29, 2026, at 12:00 PM PDT.
  • Published Date: April 27, 2026.

Evaluation Criteria

Award will be made based on Lowest Price Technically Acceptable (LPTA). The government will evaluate the lowest-priced quotation first for technical acceptability. Technical acceptability requires a proposal demonstrating a technical approach and capability to complete the required services in accordance with the Statement of Work (SOW). Offerors must also certify for the Service Contract Labor Standards (SCLS) exemption (RFO 52.222-48); if not certified, the offered price must inherently include SCLS compliance.

Submission Requirements

Offerors must submit quotes via email to both Mrs. Carmen Barahona (carmen.barahona@us.af.mil) and Ms. Karla Vazquez (karla_lizette.vazquez_montes@us.af.mil). The maximum email file size is 10MB. Quotes should utilize the attached SF1449 and include a separate PDF quote with pricing for all Contract Line Items (CLINs). Required contractor information includes SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, Point of Contact, Email, Warranty, Offer Expiration Date, FOB Destination, Estimated Delivery Lead Time, Technical Approach, and a completed RFO 52.222-48 certification. The government intends to award without negotiations, so initial quotes should contain the best terms.

People

Points of Contact

Carmen BarahonaPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Depot-level repair and calibration services of (3) non-operational Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers | GovScope