Bose Aircrew Headsets and Accessories (Brand Name)
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, specifically the 4th CONS SQ CC, is soliciting proposals for Brand Name Bose Proflight Series 2 Headsets and Accessories for the 916th ARW at Seymour Johnson AFB in Goldsboro, NC. This requirement is a Total Small Business Set-Aside. Offers are due by April 29, 2026, at 1:00 PM.
Scope of Work
This solicitation (FA480926Q0029) procures specific Bose aviation equipment:
- 31 units of Bose ProFlight 2 Aviation Headset (6-pin Lemo Plug Aircraft Powered w/Bluetooth, PN: 789812-5020)
- 61 units of Bose 6-pin LEMO Panel Power to Fixed Wing Dual Plug Adapter (PN: 327080-0010)
- 31 units of 6-Pin LEMO to Helicopter Adapter for Bose Headsets (PN: 327080-0020)
The Brandname Justification document explains that the Bose ProFlight Series 2 headset was selected after extensive testing, as it uniquely meets critical requirements for KC-46 aircraft operations, including specific noise cancellation, microphone compatibility, in-ear design, lightweight fit, 6-pin connector, Bluetooth functionality, battery life, and FAA certification, while avoiding side-tone interference and allowing for 3D glasses use.
Contract & Timeline
- Contract Opportunity Type: Solicitation
- Solicitation Number: FA480926Q0029
- Solicitation Issue Date: April 23, 2026
- Offer Due Date/Time: April 29, 2026, 01:00 PM (Local Time)
- Contract Type: Firm Fixed Price (for all items)
- Period of Performance: Delivery required within 30 Calendar Days from lead time event.
- Place of Performance: Goldsboro, NC 27531
Evaluation
Offers will be evaluated based on Price, Technical Acceptability, and Delivery. All three factors will be considered to determine the best value to the government.
Eligibility / Set-Aside
This acquisition is a 100% Total Small Business Set-Aside. The applicable NAICS Code is 334310 with a size standard of 750 employees.
Additional Notes
Offerors must complete blocks 12, 17, 23, 24, and 30 of the solicitation. Invoices and receiving reports are to be submitted via Wide Area WorkFlow (WAWF). The solicitation incorporates various FAR clauses by reference, including 52.212-1, 52.212-3, and 52.212-4, with FAR 52.212-5 attached. Inspection and Acceptance will occur at Destination, and delivery is FOB Destination. A "Brandname Justification" document is attached, detailing the rationale for the single-source requirement.
Contact Information
- Primary: Ty Moore-Stald (ty.moore-stald@us.af.mil, 919-722-1728)
- Secondary: 2d Lt Jensen Jones (jensen.jones.2@us.af.mil, 919-722-8944)