ContractCombined Synopsis/Solicitation

W519TC-24-R-AIT7 -- DRAFT RFP for Automatic Identification Technology-7 (AIT-7)

DEPT OF DEFENSE W519TC24RAIT7
Response Deadline
Apr 14, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals for the Automatic Identification Technology-7 (AIT-7) through a draft Request for Proposals (RFP) aimed at enhancing logistics capabilities across various federal agencies. The procurement focuses on state-of-the-art technologies for asset tracking, data collection, and inventory management, including hardware, software, and technical engineering services, with an emphasis on compliance with safety and interoperability standards. This initiative is critical for modernizing the Department of Defense's logistics systems and improving operational efficiency. Interested parties are encouraged to submit questions by April 10, 2025, and should direct inquiries to John Kerch and Benjamin Geringer via email. The contract will be structured as a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) with a guaranteed minimum buy value still to be determined.

Classification Codes

NAICS Code
334111
Electronic Computer Manufacturing
PSC Code
7G22
IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

23 Files
Att 4 AIT-7 CBOM 07152024.xlsx
Excel21 KBFeb 26, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for the procurement of various hand-held barcode readers, barcode imagers, label printers, passive RFID hardware, and related accessories from ABC Company. It features a Consolidated Bill of Materials (CBOM) listing specific items, their model or part numbers, manufacturers, descriptions, and quantities required. Key items include different models of hand-held terminals (HHT-A, HHT-B, HHT-C, etc.), accessory options such as battery chargers, holsters, and screen protectors, as well as barcode imagers for PC input and portable/wearable label printers. The specific instructions direct offerors to complete the CBOM, ensuring full identification of all necessary hardware and software for each item. The document's purpose is to facilitate the acquisition process by providing comprehensive specifications, enabling government agencies to obtain needed technological equipment efficiently. The structure is systematic, with items organized under various categories, clearly indicating requirements and facilitating comparability among potential suppliers.
Att 1 AIT-7 PWS V1.0 20240729.pdf
PDF1558 KBFeb 26, 2025
AI Summary
The Automatic Identification Technology-7 (AIT-7) Performance Work Statement (PWS) outlines government requirements for procuring cutting-edge Automatic Identification Technology aimed at enhancing logistics tracking, asset visibility, and supply chain integration. The AIT-7 contract mandates the provision of advanced commercial hardware and software, necessary for automatic identification and data processing, to service both military and allied operations globally. Key applications include inventory management, maintenance tracking, and military transport management. Requirements emphasize compliance with various standards, including the Defense Information Standards Registry, cyber security protocols, and environmental regulations. The devices must operate in diverse, rugged environments, be equipped with battery power sources, and support multiple communication technologies. Additionally, the contract necessitates comprehensive warranties, documentation, and training to facilitate user education and equipment reliability. This PWS serves as a detailed framework for vendors responding to the RFP, ensuring they meet the complex specifications demanded by the Department of Defense and other associated agencies, thereby advancing operational efficiency and security.
Att 3 AIT-7 Technical Proposal Matrix 07152024.xlsx
Excel18 KBFeb 26, 2025
AI Summary
The document is a technical proposal for the Automatic Identification Technology 7 (AIT-7) system, outlining the requirements for potential offerors. It is structured into sections detailing the system and equipment requirements necessary for compliance, including specific parameters for hand-held terminals (HHTs) and barcode scanning devices. Key focus areas include general system requirements, equipment specifications, operational environments, connectivity, security standards, and warranty provisions. Each equipment requirement, such as power specifications and accessibility, is meticulously categorized, emphasizing new equipment and compatibility with government-operated computers. Additionally, the proposal highlights the significance of compliance with standards like DISR and unique identification protocols. Overall, this document serves as a guide for companies like ABC Company in responding to federal RFPs, detailing the necessary qualifications and deliverables for AIT-7 implementations while ensuring operational efficiency and adherence to security mandates. This comprehensive approach aligns with government interests in enhancing identification technology across various environments.
Att 6 AIT-7_Section M 26AUG2024.pdf
PDF453 KBFeb 26, 2025
AI Summary
This document outlines the evaluation criteria for proposals submitted in response to a government solicitation, using a Lowest Price Technically Acceptable (LPTA) approach per Federal Acquisition Regulation (FAR) 15. The U.S. Government (USG) will assess eligible bids based on two primary factors: Technical acceptability and Price, where proposals must meet specified technical requirements laid out in Attachment 0002. The evaluation process involves calculating the Total Evaluated Price (TEP) from individual Ordering Period Totals (OpT) for items defined within Contract Line Item Numbers (CLINs). Awards will be made without discussions, emphasizing that initial proposals must represent the best terms. Offerors that fail to include required items or do not meet technical specifications could be rejected or excluded from further evaluation. Should all three lowest-priced bids be found technically acceptable, they will undergo a final price analysis to ensure fairness and reasonableness. The USG's discretion may lead to awarding fewer contracts or none, depending on the proposals’ acceptability. The guidelines underscore the importance of compliance with solicitation terms and conditions to secure an eligible bidding position.
Att 5 AIT-7 Section L_v16_26AUG2024.pdf
PDF597 KBFeb 26, 2025
AI Summary
The United States Government (USG) plans to award three Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts through this solicitation, with a performance period of five one-year ordering periods. Offerors are urged to submit their best offers initially, as awards may be granted without discussions, although the government can choose to hold discussions if deemed necessary. Proposals must be submitted via email to designated contracting officials and adhere to specified size and formatting guidelines, with strict instructions against classified data and hyperlink usage. A small business subcontracting plan is required for large businesses, and all proposals must be valid for at least 185 days. The submission includes two volumes: Technical, limited to 50 pages, showcasing technical capabilities, and Price, with no page limit but specific price formatting requirements. Evaluation will prioritize the lowest-priced technically acceptable offers, and proposals must detail pricing for various contract line items (CLINs). The document emphasizes compliance with federal acquisition regulations and mandates that all files must be named according to specified conventions to facilitate review. Overall, the solicitation sets forth detailed requirements meant to ensure comprehensive and competitive proposals while adhering to government standards.
Att 2 AIT-7_Price_Model_20240715.xlsx
Excel47 KBFeb 26, 2025
AI Summary
The provided document is a solicitation for the procurement of various handheld barcode terminals, barcode imagers, and related hardware and software under a federal contracting framework. It outlines the necessary products and services, categorized by Contract Line Item Numbers (CLINs) and Sub-Line Item Numbers (SLINs), specifying fixed-price items and their related cost structures over five contract years. Key items include different models of handheld terminals (HHT-A, HHT-B, HHT-C, HHT-E, HHT-F/G), barcode imagers for PC input, and barcode label printers, among others. Each item includes references to specifications, delivery requirements, and warranties. The document emphasizes the importance of detailed pricing, product descriptions, and compliance with applicable Power Level specifications. It also notes expedited delivery options and emphasizes reporting requirements such as Contractor Manpower Reporting. In essence, this solicitation is designed to solicit comprehensive bids from offerors to fulfill the federal government's needs for barcode scanning and labeling technologies, ensuring the delivery of high-quality and compliant hardware and software solutions.
Att 3 UEI_CBOM_AIT-7_16Jan2025.xlsx
Excel29 KBFeb 26, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for the procurement of hand-held barcode readers and related accessories, categorized by various Contract Line Item Numbers (CLINs). It specifies the Consolidated Bill of Materials (CBOM), detailing individual items such as terminals, chargers, batteries, and additional warranty options, alongside their respective manufacturers and model numbers. The RFP mandates that offerors must complete missing entries in designated sections, particularly for technical data submissions. Each item is categorized based on functionality, including barcode readers, imagers, label printers, RFID hardware, and corresponding accessories, ensuring comprehensive coverage of necessary technologies. Specific instructions guide the offerors to ensure all hardware and software components have been clearly identified and submitted for evaluation. The structured approach reflects a focus on facilitating government procurements that meet operational requirements and compliance standards. Overall, the document aims to solicit detailed proposals from vendors to enhance the government’s barcode technology capabilities while ensuring quality and performance standards are upheld.
Att 2 UEI_Price_Matrix_AIT-7_26Feb2025.xlsx
Excel53 KBFeb 26, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for Hand-Held Barcode Terminals and related products/services under Solicitation Number W519TC-24-R-0038. It specifies multiple Contract Line Item Numbers (CLINs) and Sub-Line Item Numbers (SLINs) associated with various models of hand-held barcode readers (HHT-A through HHT-I), accessories, warranty upgrades, and barcode label printers, indicating their pricing structure over five contract years. All shipments are designated as Free on Board (FOB) destination, with a delivery timeline not exceeding 60 calendar days after the order is placed. Additionally, it provides a section dedicated to Technical Engineering Services (TES) such as project management and programming needs, as well as bar code label and form design software solutions. Each section details the delivery schedule, contract type (most being Firm-Fixed Price), and associated unit of issue. This RFP signifies the government’s pursuit of advanced technology and engineering solutions to enhance operational efficiency, complying with federal procurement processes by inviting various vendors to submit competitive bids while highlighting the requirements for product specifications and service offerings.
Att 1 AIT-7 PWS V3.4 26FEB25.pdf
PDF1160 KBFeb 26, 2025
AI Summary
The Automatic Identification Technology-7 (AIT-7) Performance Work Statement (PWS) outlines requirements for procurement and technical support of advanced automatic identification systems for the U.S. Department of Defense (DoD) and authorized users globally. The AIT-7 contract aims to integrate logistics tracking and asset visibility through various technologies, including RFID, barcoding, and mobile data collection devices. The contract specifies the provision of new equipment, software, and technical engineering services, compliant with applicable standards and environmental regulations. Key requirements include robust performance in diverse operational environments, rigorous warranty terms, comprehensive training, and delivery timelines. The equipment must support interoperability and adhere to safety standards, particularly in hazardous conditions. Furthermore, all products shall comply with DoD directives on electromagnetic compatibility and environmental impact. The document ensures that all technological solutions are innovative and cater to both present and future operational needs. This comprehensive approach is designed to optimize logistics and supply chain efficiency while enhancing the capabilities of U.S. military operations.
Exhibit A CDRLS_AIT-7_rev1_29APR2024.pdf
PDF250 KBApr 4, 2025
AI Summary
The Automatic Identification Technology-7 (AIT-7) Contract Data Requirements List (CDRL) outlines the requirements for program management related to AIT-7, establishing a framework for submitting various reports and plans to the government. Essential elements include the submission frequency, responsible offices, and required formats. Key components include the creation of an Ordering Guide, Spectrum Supportability Report, and several project management reports—such as Monthly Equipment and Service Reports, Project Progress Reviews, and warranty statuses. The CDRL emphasizes virtual distribution and the necessity for government acceptance of contractor submissions. The documentation specifies submission timelines, often requiring reports within set days after award or on particular monthly dates. This structured approach ensures compliance and oversight within the program, highlighting the contractor's obligation to keep the government informed on project progress and resource management. Overall, the CDRL serves as a comprehensive guide for both the contractors and the government, ensuring a collaborative effort in monitoring and managing the AIT-7 program effectively, aligning with federal guidelines for contracting.
Att 9 QA_from_DRFP_1_26Feb2025.pdf
PDF96 KBApr 4, 2025
AI Summary
The government document consists of a series of questions and responses regarding the Draft Performance Work Statement (PWS) for the AIT-7 contract, which involves the procurement of various Handheld Terminals (HHTs) and related equipment for the Army and Department of Defense. Key topics include warranty requirements, the condition for product offerings (like the inclusion of Android devices), security stipulations such as mandatory firmware disconnection for Radio Management, and specific details on accepted product specifications like the kind of carrying cases and the appropriateness of RFID readers. The government clarified that inspection of supplies could be performed at either origin or destination, addressed concerns about product testing status, and incorporated feedback about technical engineering services that were previously part of AIT contracts. The anticipated procurement term is five years, though annual quantity projections remain uncertain due to varying demand across Defense organizations. The document emphasizes collaboration, adaptability in specifications, and a focus on fulfilling DOD needs while ensuring compliance with security standards and operational efficacy.
Att 8 Equipment_Procurement_History_rev1_26Feb2025.pdf
PDF93 KBApr 4, 2025
AI Summary
The document provides detailed procurement data for various hand-held barcode terminal equipment and accessories over a five-year period spanning from November 11, 2019, to November 10, 2024. It outlines the quantity and yearly averages for items such as Hand Held Barcode Terminals A, B, C, E, F, and associated accessories, including warranty upgrades, chargers, battery packs, and carrying cases. The summary indicates significant variability in procurement volume, with Terminal A showing the highest average (158 units/year), compared to HHT-B, which has minimal procurement activity. Important notes warn that the data is historical and does not guarantee future procurement patterns, reflecting the government's ability to change purchasing strategies as necessary. Additionally, new Army requirements identified in the document lack historical procurement data, indicating a shift in needs. This information is essential for vendors to understand past purchasing behaviors to align their proposals with future RFPs and grant applications in the context of federal and state procurement frameworks.
Att 0005 AIT-7_Section_L_04APR2025.pdf
PDF221 KBApr 4, 2025
AI Summary
The document outlines the proposal instructions, conditions, and requirements for the United States Government's sourcing of Automatic Identification Technology-7 (AIT-7). The U.S. Government intends to award up to three firm fixed-price Indefinite Delivery/Indefinite Quantity contracts across five ordering periods, emphasizing that proposals must be valid for at least 185 days post-solicitation closure. Offerors are required to monitor the System for Award Management (SAM.gov) for updates and submit proposals in English, electronically, adhering to formatting rules. The proposal structure consists of four volumes: Compliance Documents, Management, Technical, and Price, with detailed page limits and specific submission formats. Offerors must address management strategies, staffing plans, and technical compliance including a Consolidated Bill of Materials (CBOM) and Technical Data Sheets (TDSs). Prices must be binding and presented in a prescribed matrix format. Additionally, the proposal must consider potential organizational conflicts of interest, and small business subcontracting plans are required for larger businesses. The objective is to receive clear, compliant proposals that adhere strictly to specified guidelines for effective evaluation and awarding of contracts, reflecting guided federal procedures for procurement.
Att 0006 AIT-7_Section_M_rev04APR2025.pdf
PDF265 KBApr 4, 2025
AI Summary
The government file outlines the evaluation factors for the Automatic Identification Technology-7 (AIT-7) source selection and the contract award process under FAR guidelines. The U.S. Government plans to award up to three Fixed Price Indefinite Delivery/Indefinite Quantity contracts, contingent on acceptable proposals in management, technical, and pricing factors. Proposals must be valid for at least 185 days and will be evaluated using a Lowest Price Technically Acceptable methodology. Review processes incorporate criteria for management and technical evaluations, where proposals must be rated acceptable or unacceptable based on compliance with requirements. Proposals will be assessed for their management approach, workforce recruitment strategies, and documentation for technical engineering services. Price evaluation will ensure fairness and balance, necessitating detailed cost analysis techniques to avoid unbalanced pricing risks. Offerors must meet all solicitation requirements, with a clear focus on compliance to qualify for award consideration. Failure to meet these conditions can lead to disqualification from the selection process, thus emphasizing the importance of thorough preparation and adherence to the outlined guidelines.
Att 0001 AIT-7 PWS V3.8 04APR25.pdf
PDF1133 KBApr 8, 2025
AI Summary
The document outlines the Performance Work Statement (PWS) for the Automatic Identification Technology-7 (AIT-7) acquisition, focused on providing state-of-the-art logistics technologies to support Department of Defense (DoD) operations. AIT-7 aims to enhance asset tracking and monitoring through advanced technologies, including barcode scanning, RFID, and wireless communication systems. Key objectives include standardization across military and federal agencies and ensuring compliance with various standards and regulations. The contract encompasses hardware, software, and technical engineering services, requiring that all equipment be new, ruggedized, and capable of operating in diverse and harsh environments worldwide. Security and warranty provisions are specified, ensuring compliance with safety standards, support for critical operations, and long-term reliability. The PWS also includes requirements for unique item identification, equipment delivery timelines, and the integration of cutting-edge technology. Overall, the AIT-7 initiative underlines the government’s commitment to modernizing logistics systems, aiming to improve operational efficiency while adhering to safety and interoperability standards, and addressing both current and future technological needs. The document is structured methodically, providing detailed specifications and requirements to guide contractors in fulfilling the government's strategic goals.
Att 0004 UEI CBOM AIT-7 04APR2025.xlsx
Excel33 KBApr 8, 2025
AI Summary
The document pertains to a Request for Proposals (RFP) for the procurement of various hand-held barcode readers and related hardware components necessary for enhancing data collection systems within federal agencies. It specifies a Consolidated Bill of Materials (CBOM) that outlines multiple Contract Line Item Numbers (CLINs) with descriptions, model/part numbers, manufacturers, part specifications, and quantities for different barcode reading devices and associated accessories. Key components include various models of hand-held barcode terminals, warranty upgrades, batteries, chargers, carrying cases, and barcode imagers. The document guides offerors on the requirements for filling out technical data sheets and emphasizes the need for additional warranties and authorized reseller certifications when applicable. Overall, the solicitation seeks to streamline the acquisition process while ensuring compliance with technical and operational needs, thus facilitating efficient inventory management and tracking through advanced barcode technology. This thorough listing showcases the government's commitment to upgrading and maintaining its technological infrastructure to better serve its mission.
Att 0007 Equipment Procurement History 26Feb2025.pdf
PDF93 KBApr 8, 2025
AI Summary
The document outlines historical procurement data for Hand Held Barcode Terminals (HHTs) and related accessories, collected over five years, from November 11, 2019, to November 10, 2024. It details quantities purchased, yearly averages, and specific items related to HHTs labeled A through H, as well as various accessories and label printers. Notably, HHT-A and HHT-C show the highest procurement with 4,041 units sold for HHT-C, while other items like the HHT-B show minimal activity, indicating a focus on certain models. The documentation serves as a reference for vendors regarding past purchasing patterns for the AIT-7 contract and emphasizes that future procurement may vary significantly. Key messages convey that historical data is not a promise of future sales and that the government retains the right to adjust purchasing needs at any time. This report is significant in the context of federal grants and RFPs, as it informs potential suppliers about past government spending and expectations for the future, while framing the procurement landscape for barcode technology usage in governmental operations.
Att 0003 UEI Price Matrix AIT-7 04APR25.xlsx
Excel79 KBApr 8, 2025
AI Summary
The document outlines the solicitation W519TC-24-R-0038, targeting the procurement of various hand-held barcode readers and associated accessories for government use. It details the contract line item numbers (CLINs) and sub-line item numbers (SLINs), including various products such as hardware, chargers, and service packages, indicating their respective delivery schedules and cost structures. Each item is categorized under a firm-fixed-price model with a delivery obligation not exceeding 60 days post-order placement. The proposal emphasizes comprehensive offerings, including warranty upgrades, specialized accessories, and essential rechargeable batteries for the hand-held terminals. Additionally, it extends to barcode imagers, label printers, and passive RFID hardware, all essential for modern data collection and inventory management. Technical engineering services, including project management and programming roles, are also referenced, signifying the requirement for skilled professionals to support implementation. Overall, this solicitation represents the government's initiative to enhance operational efficiency through modern data capture technology, ensuring that bidders provide competitive pricing and reliable delivery timelines for critical equipment to support government operations.
Att 0009 UEI Industry Questions Insert Date Submitted.xlsx
Excel14 KBApr 8, 2025
AI Summary
The document outlines the structure for a Draft Request for Proposals (DRFP) or Request for Proposals (RFP) specific to a federal government solicitation. It includes sections for company identification, query submissions, and attachments related to the Request. The document is formatted to facilitate the submission of questions by potential bidders, aiming to clarify details within the corresponding attachments, particularly concerning project specifications and requirements outlined in documents such as a Performance Work Statement (PWS). Key components include unique identifiers for bidders and a structured means to address inquiries concerning specific sections and paragraphs of the attached documents, all while ensuring compliance with government standards. This systematic approach aims to enhance clarity and efficiency in the RFP process, thereby promoting accurate submissions and informed decision-making by the government. The primary purpose is to gather organized questions to refine the proposal process and enhance communication between the government and prospective contractors.
Exhibit A CDRLS AIT-7 29APR2024.pdf
PDF250 KBApr 8, 2025
AI Summary
The Automatic Identification Technology-7 (AIT-7) Contract Data Requirements List (CDRL) outlines the program management requirements essential for contractors. Version 1.0, finalized on April 29, 2024, specifies data submission formats, frequencies, and responsible offices. Key items include the Ordering Guide, Spectrum Supportability, Point of Contacts, Management Plan, Project Progress Reviews, and several reports such as Monthly Equipment and Service Reports. Most submissions are required in a contractor format, subject to government acceptance, and distributed virtually. Specific details highlight deadlines for first submissions, follow-up requirements, and necessary formats, indicating the importance of meticulous planning and adherence to set guidelines throughout the contract duration. This document functions within the context of federal grants and requests for proposals (RFPs), guiding contractors on compliance measures to meet established governmental standards.
Att 0008 QA from DRFP_1 26Feb2025.pdf
PDF96 KBApr 8, 2025
AI Summary
The AIT-7 Draft Request for Proposal (RFP) addresses various requirements and clarifications regarding IT equipment and services for the U.S. Army. Key topics include warranty specifications for devices, acceptable software management for radio functions, ruggedness standards for handheld devices, and adjustments to inspection protocols. The RFP clarifies that a 3-year warranty applies to multiple equipment categories and emphasizes firmware management for security reasons. Amendments include the removal of specific requirements that were impractical or unwanted, such as the IP54 rating for carrying cases and the omission of Technical Engineering Services. Also highlighted are specifications for stationary barcode label printers, including maximum printing capabilities and resolution requirements. Questions about product testing, expected quantities, and compatibility with operational systems like Android or Windows are addressed. The Government remains non-committal about annual purchase projections due to the variable demand from different DOD entities, but will share historical data from previous contracts. The document emphasizes the necessity of compliance with contract details while specifying the responsibilities of vendors, allowing for flexibility in product offerings within set parameters. Overall, the AIT-7 RFP outlines necessary equipment specifications while engaging with contractor feedback for successful procurement processes.
Att 0005 AIT-7 Section L 04APR2025.pdf
PDF221 KBApr 8, 2025
AI Summary
The United States Government (USG) is seeking proposals for Automatic Identification Technology-7 (AIT-7) through a solicitation aiming to award multiple Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Proposals must meet specific guidelines outlined in the document, with essential sections focusing on management, technical approaches, and pricing. Offerors must submit documents in a defined structure, including compliance materials and technical specifications, ensuring clarity and adherence to formatting rules. Organizational conflicts of interest should be disclosed, and communication through the System for Award Management (SAM.gov) is required for any updates. The evaluation will primarily assess technical compliance, with a preference for offers reflecting the best overall value. Additionally, details regarding subcontracting plans for large businesses in specific NAICS categories are outlined, emphasizing small business participation. The value of proposals must remain valid for 185 days post-solicitation. Through this RFP, the USG aims to enhance the capabilities associated with AIT-7 while prioritizing fair competition and thorough evaluation procedures.
Att 0006 AIT-7 Section M APR2025.pdf
PDF265 KBApr 8, 2025
AI Summary
The document outlines the evaluation factors for awarding contracts related to the Automatic Identification Technology-7 (AIT-7) under the United States Government (USG) procurement process. The USG plans to award up to three Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with five one-year ordering periods. Proposals must adhere to a Lowest Price Technically Acceptable (LPTA) methodology, assessing Management, Technical, and Price factors as Acceptable or Unacceptable. Proposals are evaluated sequentially based on their Total Evaluated Price (TEP), with compliance checks on documentation, management approach, personnel requirements, and technical specifications for key items. Specifically, the management volume requires an organizational chart and a clear staffing approach, while the technical volume entails the submission of product data sheets for defined categories of technology. Pricing evaluation must demonstrate fairness, reasonableness, and balance, adhering to federal guidelines to prevent unbalanced pricing risks. Offerors must align with all solicitation terms and conditions, as non-compliance may disqualify their proposals from consideration. The document establishes a structured and competitive approach to ensuring quality and efficiency in obtaining AIT-7 services.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 26, 2024
amendedAmendment #1· Description UpdatedFeb 26, 2025
amendedAmendment #2Feb 26, 2025
amendedAmendment #3· Description UpdatedApr 4, 2025
amendedLatest Amendment· Description UpdatedApr 8, 2025
deadlineResponse DeadlineApr 14, 2025
expiryArchive DateApr 29, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-RI

Point of Contact

Name
John Kerch

Place of Performance

South Chesterfield, Virginia, UNITED STATES

Official Sources