Radio Frequency Identification
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 (AFSC/PZIOA) is soliciting proposals for a Radio Frequency Identification (RFID) System to provide automated equipment and weapons tracking at Tinker Air Force Base, Oklahoma. This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price (FFP) contract.
Scope of Work
The requirement is for a fully automated, advanced equipment and weapons tracking system utilizing CACs, PINs, IUID tags, and 2D bar-coding for inventory, tracking, tracing, accounting, maintenance, issuing, and receiving of critical and non-critical armory property. The system must include specific equipment such as a 1D/2D/IUID/RFID reader, an RFID Handheld Device (MC 3190Z), a Dell Venue 11 Tablet, docking station, AV Cart, CAC reader, touch screen, UPS Back Up, antennas, router, scanner charging base with extra battery, and SmarTrack ST-RFID-SA, or equal.
The contractor shall provide all necessary equipment, software, hardware, tools, installation, and support. RFID tags must be durable, rugged, fit all assets (including firearms, accessories, non-lethal weapons, and magazines), and be 5mm in length, 5mm in width, and 3mm in height (unless a different size is required). The system must also have the capability to add/remove tags, track additional inventory items, and notify armorers of items not returned by designated times. Hardware (servers, laptops/tablets, printers) requires a 5-year warranty, while RFID equipment and barcode printers require a 3-year warranty. All software must be perpetual, one-time purchase licenses with lifetime support.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 17, 2026, 3:00 PM CST
- Published Date: April 3, 2026
Evaluation & Submission
Award will be conducted and evaluated under FAR Part 12 (Commercial Items) and FAR 13.5 (Simplified Acquisition Procedures). Evaluation factors include Technical Capability and Price, with offers being evaluated as technically acceptable first, then price considered for award. The Government reserves the right to award no contract or reject unrealistic offers.
Proposals must be submitted via email only. Offerors must be registered in the System for Award Management (SAM) and provide their CAGE and DUNS with their offer. A dated Offer Schedule marked with solicitation number FA8136RXX17 must be submitted. Facsimile proposals will not be accepted.
Contact Information
- Primary: Darrius Miller (Contracting Officer) at darrius.miller.2@us.af.mil, 901-356-4156
- Secondary: Makenzie Kirby (Contracting Specialist) at makenzie.kirby@us.af.mil, 405-339-3513