Field Fox
ID: FA254325SSAG02bType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2543 460 CONSBUCKLEY AFB, CO, 80011-9572, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Keysight N9913C Network Analyzer, essential for the maintenance of the Instrument Landing System (ILS) at Buckley Space Force Base in Colorado. This specialized equipment is critical for ensuring FAA certification through regular flight inspections that assess vital parameters such as radio frequency and cable phasing, thereby supporting safe nighttime and all-weather flight operations. The procurement includes one analyzer with specific options, a USB Peak and Average Power Sensor, and a calibration kit, with delivery expected within 30 days of order placement and a final deadline for receipt set for August 1, 2025. Interested vendors can contact Anthony Graffeo at anthony.graffeo.1@us.af.mil or 720-847-6524 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Space Force at Buckley Space Force Base is seeking a Keysight N9913C Network Analyzer for specialized maintenance of the Instrument Landing System (ILS), which is vital for nighttime and all-weather flight operations. This equipment is required for maintaining FAA certification through regular flight inspections that measure critical parameters such as radio frequency and cable phasing. The procurement includes one analyzer with specified options, a USB Peak and Average Power Sensor, and a calibration kit, amounting to a total of three items. Key specifications demand capabilities in RF analysis, vector network analysis, TDR cable measurements, and RF pulse measurements, with a minimum five-year warranty and calibration support expected. Delivery is to be made within 30 days of order placement, with a final deadline for receipt set for August 1, 2025. The document outlines both the functional requirements and the acquisition timeline, emphasizing the importance of the ILS for maintaining flight safety standards.
    Lifecycle
    Title
    Type
    Field Fox
    Currently viewing
    Sources Sought
    Similar Opportunities
    66--ANALYZER,SPECTRUM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of spectrum analyzers, identified by NSN 7R-6625-014749706-LC. The procurement involves a quantity of two units, with delivery terms set to FOB Origin, and is intended to be negotiated with a single source under FAR 6.302-1. These analyzers are critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. Interested parties are encouraged to submit their capabilities and proposals within 45 days of this notice, with all inquiries directed to Andrew N. Phillips at andrew.n.phillips10.civ@us.navy.mil or by phone at (215) 697-5047.
    Repair and Calibration for Spectrum Analyzer
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard, is seeking a contractor to provide repair and calibration services for the Keysight Model E4448A PSA Spectrum Analyzer. The procurement aims to ensure that the equipment meets original manufacturer specifications, which is critical for supporting the U.S. Naval Fleet Forces in various locations, including San Diego, Everett, and Japan. This specialized service is essential for maintaining operational readiness and personnel safety, as the spectrum analyzer plays a vital role in electronic and microwave measurements. Interested parties should contact Nathan Grimm at nathan.c.grimm.civ@us.navy.mil or Jackie Edgerton at jacqueline.f.edgerton.civ@us.navy.mil for further details, with the contract period set from March 3, 2025, to April 30, 2025.
    Tactical Navigation(TACAN) 710E Electronically Scanned (E-SCAN) Antenna Flight Inspections Sources Sought Synopsis
    Buyer not available
    The Department of the Air Force is seeking potential contractors to conduct flight inspections of the TACAN 710E Electronically Scanned Antenna using the AN/TRN-41 Man-Portable TACAN system. The primary objective of this procurement is to ensure compliance with FAA and ICAO standards, requiring contractors to provide an aircraft capable of inspecting within the frequency range of 962MHz to 1213MHz, along with calibrated measurement equipment for accurate data collection and reporting. This specialized inspection service is crucial for maintaining the operational integrity of navigation systems used by the Air Force. Interested vendors must submit documentation demonstrating their qualifications by February 25, 2025, to the designated contracting officer, Kimberly Simms, at kimberly.simms.1@us.af.mil, with a strong encouragement for small business participation.
    FY25 RF Audio Analyzer
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information from potential suppliers for an Audio Analyzer as part of a Sources Sought Notice issued by the Marine Corps Tactical Systems Support Activity (MCTSSA). The desired Audio Analyzer must meet specific performance and integration requirements, including compatibility with the existing Ground Radio Family of Systems, the ability to measure signal quality and output power, and scalability with programming languages such as Python. This device is crucial for evaluating the accuracy of radio test outputs and must comply with the Trade Agreements Act and Buy American Act, with warranty coverage ranging from one to three years. Interested vendors are invited to submit technical data and company information by February 24, 2025, to primary contact Cameron Rentie at cameron.rentie@usmc.mil or secondary contact Beverly L. Hobbs at beverly.hobbs@usmc.mil, noting that this notice serves as market research and does not guarantee contract issuance.
    Radio Test Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of radio test equipment through a Sources Sought notice. This opportunity aims to identify potential vendors capable of supplying instruments for measuring and testing electrical signals, which are critical for ensuring the operational readiness and reliability of military communication systems. The place of performance for this contract will be RAF Alconbury in Cambridgeshire, United Kingdom. Interested parties can reach out to the primary contact at 501CSW.RCO@alconbury.af.mil or the secondary contact, Lawrence Roman, at lawrence.roman.gb@us.af.mil or by phone at 441480843925 for further details.
    Amplifier
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting quotes for the procurement of an amplifier assembly for the AN/FPQ-16 PARCS Radar system, a critical component in defense operations. The procurement requires compliance with military standards, including First Article Testing and adherence to the Buy American Act, ensuring quality and reliability in the supply chain. The selected contractor will be responsible for delivering the amplifier assembly, with a submission deadline for quotes set for March 13, 2025, and a requirement for electronic submissions of various documentation, including a Counterfeit Prevention Plan and engineering data. Interested vendors should contact Scottina Malia at scottina.malia@us.af.mil for further details.
    Air Force Civil Engineering Center Mobile Land Survey Equipment
    Buyer not available
    The Department of the Air Force is seeking market capabilities for mobile land survey equipment through a Sources Sought Notice. The Air Force specifically requests firms that can provide Lecia Geosystems equipment, such as the RTC 360 3D laser scanner and BLK2GO handheld LiDAR scanners, or equivalent devices with similar functionalities. This initiative is crucial for enhancing surveying capabilities and aligns with NAICS 334519 for measuring and controlling device manufacturing. Interested contractors must register with the System for Award Management (SAM) and submit a capability statement by February 27, 2025, addressing specific questions regarding their business and equipment compatibility. For further inquiries, contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    APX-114 / APX-119 Identification of Friend or Foe (IFF) Systems, Miniaturized Airborne Global Positioning Receiver (GPS) 2000 (MAGR 2K) / MAGR 2K Modernization (MAGR 2K-M), F-15E LANTIRN Navigation POD
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a market research initiative to identify potential sources capable of repairing and modernizing the APX-114/APX-119 Identification of Friend or Foe (IFF) Systems, the Miniaturized Airborne Global Positioning Receiver (GPS) 2000 (MAGR 2K), and the F-15E LANTIRN Navigation POD. The objective is to gather information on contractors' qualifications, technical capabilities, and experience in managing obsolescence and providing engineering support services, as these systems are critical for enhancing aircraft situational awareness and navigation. Interested contractors are encouraged to respond to the Request for Information (RFI) within 30 days of posting, with a focus on small business participation and potential teaming arrangements; for further inquiries, they may contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil.