Airborne Ethernet Units
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 Air Force, Air Force Test Center (AFTC) at Eglin AFB, Florida, is soliciting quotes for 20 Airborne Ethernet Units. This is a Total Small Business Set-Aside competitive Request for Quote (RFQ) under the Revolutionary FAR Overhaul (RFO) for commercial products and services. The acquisition aims to procure specific On-Time Networks Cloudberry CM-4004F0-ITAP-AERO units. Offers are due May 06, 2026, at 12:00 CST.
Scope of Work
The requirement is for 20 Airborne Ethernet Units, specifically the On-Time Networks Cloudberry CM-4004F0-ITAP-AERO model. These units must meet detailed technical specifications, including:
- 4x FAS-T connectors for 10/100/1000Base-T ports.
- 28VDC power (22-32VDC).
- Approval for aircraft environmental and EMC requirements.
- Non-intrusive inline Gigabit Ethernet network tap functionality with specific data flow control and communication stability features.
- Network management via Web and CLI, with event notification through Syslog.
- Wide operating temperature range, Data Zeroization Support, and ITAR-free compliance. Delivery is required 180 days After Receipt of Order (ARO), FOB Destination. No refurbished or used equipment will be accepted, and partial offers will not be considered.
Contract Details
A firm-fixed priced purchase order will be awarded. Offerors must provide terms of any expressed warranty and any price/discount terms. No advanced payments will be made. Quoted prices must be held firm for 60 calendar days from the date specified for receipt of offers.
Eligibility & Evaluation
This opportunity is a Total Small Business Set-Aside under NAICS code 334111 and PSC 7E20. Offerors must be registered in the SAM database and WAWF to be eligible for award and payment. Award will be made on a BEST VALUE basis, considering the following factors (not in order of significance):
- Technical capability of the item offered to meet the government's requirement.
- Price.
- Past Performance.
- SPRS IAW 252.204-7024.
Submission & Deadlines
Quotes for Solicitation Number FA2823-26-Q-A044 must include the Solicitation Number, CAGE code, Company Name, Point of Contact (POC), email address, and phone number.
- Questions/Requests for Information (RFIs): Due by 12:00 CST on May 04, 2026, via email to naomi.letting@us.af.mil.
- Offers Due: By 12:00 CST on May 06, 2026, via email to naomi.letting@us.af.mil. Offerors are advised to review all attached documents, including the Technical Requirement Document, Brand Name Single Source Justification, and incorporated clauses, for full compliance.