Pathwave Software

SOL #: FA875126Q0032Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8751 AFRL RIKO
ROME, NY, 13441-4514, United States

Place of Performance

Rome, NY

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Submission Deadline
Mar 5, 2026, 8:00 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, AFRL/RIKO, has issued a Combined Synopsis/Solicitation (RFQ) FA875126Q0032 for Pathwave Software. This opportunity is a Total Small Business Set-Aside to procure specific Keysight Pathwave software licenses and associated 12-month KeysightCare support subscriptions. Proposals are due March 5, 2026, by 3:00 PM ET.

Scope of Work

The requirement is for Brand Name Only Keysight software licenses and support to unlock features on existing Keysight vector network analyzer hardware. The contractor shall provide:

  • Perpetual, node-locked licenses for:
    • IQ Data Bandwidth up to 40 GHz (Part Number: S93053B)
    • PathWave VSA 89600C Custom Modulation Package (Part Number: 89601C)
    • Restricted Feature Enable (Part Number: S9480XBU)
    • Millimeter wave modulation (Part Number: S94800B-KL0)
    • Vector and scalar mixer/converter measurements (Part Number: S93083B)
    • Time domain analysis (Part Number: S93010B)
  • 12-month KeysightCare software support subscriptions (Part Number: SW1000-SUP-01) for each license.

All items must be factory new; used, pre-owned, refurbished, or remanufactured goods will not be accepted. Offerors must provide warranty terms at least equivalent to those offered to the general public. For proposed Line Item Numbers with a unit price of $5,000 or greater, vendors will be required to supply Unique Item Identifier (UII/UID) labels.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ).
  • Set-Aside: Total Small Business.
  • Delivery: Anticipated 4 Weeks After Receipt of Order (ARO), FOB Destination Rome, NY 13441.
  • Proposal Due: March 5, 2026, 3:00 PM Eastern Time.
  • Published Date: February 26, 2026.

Evaluation

Award will be made to the Lowest Priced, Technically Acceptable (LPTA) Offeror. Evaluation factors are (i) price and (ii) technical capability. All evaluation factors other than price, when combined, are approximately equal.

Submission Requirements

Offerors must submit written proposals/quotes to Brooke McDonald via email at Brooke.McDonald@us.af.mil. Additionally, offerors are required to complete representations and certifications, including DFARS 252.204-7998 (Annual Representations and Certifications), 252.204-7017 (Prohibition on Covered Defense Telecommunications Equipment), and 252.225-7000 (Buy American—Balance of Payments Program Certificate). Offerors are responsible for monitoring SAM.gov for any amendments.

People

Points of Contact

Brooke McDonaldPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Pathwave Software | GovScope