FMS Low Frequency Antenna Installation and Improvements IAW the PWS
ID: FA822225QB013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and improvement of the H-915A low frequency antenna (LFA) at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna installation by re-installing the H-915A antenna, replacing coaxial cables, and relocating the antenna coupler to improve functionality, all to support the Frequency Management System (FMS) team in monitoring radio frequencies for government and commercial launches. Interested contractors must attend a mandatory site visit on April 2, 2025, and submit a Base Access Request by March 27, 2025, to gain entry to the base. Proposals are due by April 9, 2025, and should be directed to the primary contact, Mitchell Carver, at mitchell.carver@us.af.mil, with a firm fixed-price contract awarded based on the Lowest Price Technically Acceptable (LPTA) methodology.

Files
Title
Posted
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
The document outlines the Data Item Description (DI) for a Technical Data Package (TDP) identified as DI-SESS-80776B, approved on August 1, 2019. A TDP serves as a comprehensive technical description of an item, detailing its design, performance requirements, and all necessary procedures to ensure effective operation. The TDP supports the item's acquisition, production, inspection, and logistics efforts. The requirements specify the format, content, and relationship to applicable documents, such as MIL-STD-31000B. Key TDP elements include engineering design data across various categories, including conceptual, developmental, and product engineering. Specific contents listed comprise performance ratings, dimensional tolerances, manufacturing processes, inspection criteria, and quality assurance provisions. This Data Item Description supersedes an earlier version and is crucial for ensuring standardization and compliance in government contracting, particularly in RFP contexts, emphasizing clarity in technical documentation for effective project execution. The responsible preparing activity is MI, with a focus on maintaining rigorous standards to promote successful item performance and lifecycle management.
Apr 8, 2025, 5:05 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) specifically for one data item related to the FMS Low Frequency Antenna Installation project. The form is utilized to detail data collection and submission requirements from contractors to the government. Key information includes the item number, title, frequency of submission, distribution requirements, and addressees for data delivery, as well as the format of technical drawings required, which must be submitted in both Drawing (DWG) and PDF formats within five business days of project completion. It also specifies the duration and recipients of the data, emphasizing compliance with the Performance Work Statement. Additionally, instructions for completion guide users on correctly filling out the form, categorizing data items, and estimating costs associated with data delivery. This document is critical for ensuring that contracted work meets government standards through systematic data acquisition and reporting processes, supporting transparency and accountability in government contracting projects. The form also authorizes public release for certain information.
Apr 8, 2025, 5:05 PM UTC
The document outlines key details from a site visit regarding the installation of a low-frequency antenna at a government facility. A separate contractor will replace the existing pole and is currently awaiting digging permits. Upon pole replacement, all components will be reinstalled as per current configurations. The antenna installation is still necessary even if the pole isn't completed first. Regarding coaxial cabling, current standoff arrangements are preferred, but alternate proposals will be considered. Photography inside the facility is prohibited, directing reference to supplied attachments for visual context. The 120V power sources are positioned under equipment racks, ensuring operational readiness. Lastly, while man-lifts can be utilized on-site, they must pass through gate inspections. This document serves to clarify installation procedures and ensure compliance with project requirements in the context of ongoing federal contracting processes.
Apr 8, 2025, 5:05 PM UTC
The document outlines an RFP from ITT Industries’ Systems Division, focusing on procurement opportunities related to innovative systems and technology solutions for federal and state government projects. The main focal point is developing advanced technologies that enhance operational efficiencies, bridge existing gaps within current systems, and meet stringent governmental standards. Key components include a detailed description of the required deliverables, evaluation criteria for proposals, and adherence to compliance with applicable regulations. It emphasizes the need for collaboration with government agencies to ensure that proposed solutions align with strategic mandates and prioritize security, sustainability, and cost-effectiveness. Furthermore, it highlights the importance of a clear timeline for project milestones and deliverables, ensuring stakeholders are effectively engaged throughout the process. This RFP aims to foster partnerships that facilitate technological advancements and improve government operations, reinforcing the necessity for high-quality proposals that demonstrate innovation and responsiveness to governmental needs.
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
The H-915A LF/MF/HF Active Antenna is a versatile, compact antenna that operates across a broad frequency range of 10 kHz to 60 MHz, making it suitable for longwave, mediumwave, and shortwave radio applications. It features a high sensitivity to electric fields and is designed for harsh weather conditions, thanks to its sealed, weatherproof construction. The antenna includes built-in impedance matching electronics and a signal amplifier that provides a maximum linear output of 17 dBm with 10 dB signal gain. Intended for easy installation, the H-915A can be mounted in various configurations and offers options for grounding to reduce noise. The installation process includes secure cable attachments and proper ground connections for enhanced performance. The product comes with a one-year warranty from LF Engineering Co., which covers defects in materials and workmanship. Overall, this active antenna system provides robust performance and flexibility for government and military communication applications, aligning with the needs of federal grants and RFP initiatives aimed at enhancing communication infrastructure.
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
Apr 8, 2025, 5:05 PM UTC
The document is a request form for base access at the 30 SFS VSF, catering specifically to individuals who require entry into the facility. The form mandates that all fields be filled in uppercase letters and outlines the submission protocol, directing requests to the specified email address. Additionally, it indicates that only personnel listed on the 30 SW Form 539 are authorized to submit such access requests. Essential information required includes the individual's name, sponsor information, contact phone number, access duration, and relevant security level (FPCON). This form is important for maintaining security protocols and ensuring only authorized personnel gain access to sensitive military installations. Overall, the document underscores the structured process necessary for managing visitor access to military bases, reflecting broader governmental regulations concerning security and access control.
Apr 8, 2025, 5:05 PM UTC
The document is a combined synopsis/solicitation (RFQ) for the installation and improvement of a low frequency antenna (LFA) at Vandenberg Space Force Base, California. The solicitation number is FA822225QB013, with a local small business set-aside for California-based vendors. The project involves upgrades to the current H-915A LFA and includes a mandatory site visit on April 2, 2025, for interested applicants, who must submit a Base Access Request prior to the visit. The procurement includes two items: the LFA installation and a technical drawing, both due no later than 21 days after order receipt, with the drawing delivered five business days after completion. A firm, fixed-price contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) methodology, with evaluations focusing on price and technical capability. Offers are to be submitted electronically by April 9, 2025, and must include representations and certifications along with proof of registration in the System for Award Management. The document closes with information on the Government's rights to cancel the solicitation without obligation, and contact details for clarifications. This RFQ emphasizes compliance with federal procurement standards and supports local business engagement.
Mar 20, 2025, 8:06 PM UTC
The document outlines a combined synopsis and solicitation for the acquisition of commercial items under Solicitation Number FA822225QB013. It serves as a request for quotation (RFQ) for improvements to the H-915A low-frequency antenna installation at Vandenberg Space Force Base, California. The solicitation is restricted for local small businesses located in California and sets a timeline for proposals due by April 7, 2025. The procurement includes two key items: the installation improvements as per the Performance Work Statement (PWS) and a technical drawing that is not separately priced. A mandatory site visit is scheduled for March 26, 2025, where vendors must obtain a visitor pass to access the base. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, assessing both pricing and technical capability. All offerors must comply with specific requirements, including registration in the System for Award Management. The document emphasizes the government's right to cancel the solicitation at any time without obligation for reimbursement. This reflects the procedural norms associated with federal solicitations, ensuring transparency and fairness in the procurement process.
Apr 8, 2025, 5:05 PM UTC
The document outlines a parts list for the RACK ASSEMBLY, UNIT 31, FMS, cataloging critical components necessary for the assembly. It details each required part by its quantity, part number, and description, including components like fuse panels, patch panels, line amplifiers, and power supplies. The list also includes substitute parts and various labels for identification within the assembly. Each part is associated with unique identifying numbers and references to a standard CAGE code, ensuring traceability and compliance with procurement and assembly requirements. This document serves as an important reference for federal and state/local procurement processes, reflecting the systematic approach necessary for military and technical systems support in government contracting.
Apr 8, 2025, 5:05 PM UTC
The document provides a detailed parts list for the Rack Assembly Unit 32 (FMS), identified by document number 40700068-001 and authorized revision number CN-00032700. It includes descriptions and quantities of various components such as blank panels, a KVM, assembly units, labels, and cables essential for the assembly’s functionality. Each part is specified by its nomenclature, part number, and corresponding CAGE codes, necessary for procurement and logistics. Supporting details include a substitute parts table aiming to provide alternatives, along with referenced documents that include an interconnect diagram and a cable running list. This parts list serves a key role in maintaining operational integrity for government contracts and assemblies, likely tied to broader federal or state procurement initiatives. Its meticulous documentation is crucial for compliance with government specifications and ensures that the assembled units meet required standards for performance in military or federal applications.
Apr 8, 2025, 5:05 PM UTC
The document FA822225BB001 outlines numerous clauses and requirements for government contracts under federal RFPs, grants, and state and local proposals. It incorporates various regulatory clauses that govern contractor obligations, such as compensation of former Department of Defense officials, whistleblower rights, safeguarding covered defense information, and compliance with cybersecurity regulations. Key stipulations include the prohibition of contracting with entities involved with specific regimes, such as the Maduro regime, and provisions pertaining to small businesses. Furthermore, the document emphasizes electronic submission processes for payment requests and maintains stringent guidelines on the use of telecommunications equipment sourced from specific foreign entities. Overall, the document serves as a comprehensive framework delineating the legal and operational standards necessary for contractors engaging with the government, ensuring compliance, ethical practices, and safeguarding national security interests throughout the contracting process.
Apr 8, 2025, 5:05 PM UTC
The document outlines a Performance-Based Work Statement (PWS) for improvements to the H-915A low frequency antenna (LFA) system at Vandenberg Space Force Base, California. The main objective is to enhance the existing installation's performance by conducting specific tasks, including the re-installation of the H-915A antenna, replacement of coaxial cables with higher quality alternatives, and relocating the antenna coupler to improve functionality. The contractor is required to complete these tasks within 21 days after the order is received. Key requirements include compliance with safety and security protocols, proactive hazard management, and the timely submission of technical drawings that document the updated installation. Additional stipulations emphasize base access protocols, environmental considerations, and utility conservation practices. The document serves as a government Request for Proposal (RFP), detailing the performance expectations and guidelines necessary to ensure a secure and efficient upgrade of critical communication infrastructure. It highlights the importance of adhering to military regulations and maintaining operational readiness for government and commercial activities. This project underscores the Air Force's commitment to improving technological systems vital for monitoring radio frequencies during launch operations.
Apr 8, 2025, 5:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
30 FSS PCC Sound Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an audio upgrade project at the Pacific Coast Center located at Vandenberg Space Force Base in California. This procurement aims to enhance audio-visual capabilities by installing existing Crestron equipment and various auxiliary systems, with a focus on compliance with Federal Acquisition Regulations (FAR). The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded based on a combination of price, technical capability, and past performance, with proposals due by April 18, 2025, at 1:00 PM PST. Interested offerors are encouraged to contact Vince Mills or TSgt Mark Wheeler for inquiries and must be registered with the System for Award Management (SAM) to be eligible for contract award.
Repair of NSN: NSN: 5985015999815 FD Antenna
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the FD Antenna, identified by National Stock Number (NSN) 5985015999815. The contractor will be responsible for conducting thorough testing, teardown, evaluation, and potential repair of the antenna to ensure it is restored to a serviceable, like-new condition, adhering to strict quality and safety standards. This antenna is critical for radar operations, emphasizing the importance of reliable performance in defense applications. Proposals are due by April 18, 2025, and interested vendors must comply with qualification requirements and submit necessary documentation to Cydnee Simpson at cydnee.simpson@us.af.mil.
RFI - Advanced Satellite Communication Ground Entry Point
Buyer not available
The Department of Defense, through the Space Rapid Capabilities Office (Space RCO), is seeking information from industry regarding the development of advanced satellite communication ground entry point systems. The objective is to gather insights on a multi-purpose phased array antenna technology capable of operating across S-band, L-band, and C-band frequencies, which will support various military missions, including satellite communications and telemetry. This initiative is crucial for enhancing communication services that protect space assets and support military operations. Interested vendors must submit their responses by May 23, 2025, including a detailed technical approach and relevant experience, to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil.
Antenna Replacements
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of four Far Field Range Antennas to be installed at Tinker Air Force Base in Oklahoma. The project aims to enhance signal reliability and overall system performance for the 76 CMXG 550th Squadron, requiring contractors to remove legacy antennas, install new units, and ensure compliance with Original Equipment Manufacturer (OEM) specifications within a five-business-day timeframe. This procurement is part of a full and open competition, with a firm fixed price arrangement, emphasizing the importance of safety and environmental compliance throughout the project. Interested contractors should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil, and must submit quotes by the specified closing date outlined in the solicitation documents.
Fixed Reception Position Antennas (FRPAs)
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the procurement of thirteen (13) Fixed Reception Position Antennas (FRPAs), designated as Part Number 20-2041-2-P24, to support an aircraft navigation system. These antennas must comply with Federal Aviation Administration navigation requirements and the latest military M-Code standards, highlighting their critical role in enhancing military aviation capabilities. The procurement is classified as a sole source/brand name acquisition, primarily targeting the Original Equipment Manufacturer (OEM), with a delivery deadline set for September 30, 2025, to a facility at Redstone Arsenal, Alabama. Interested vendors must submit their quotes by April 10, 2025, and direct any inquiries to Lessly R. Turner at lessly.r.turner.civ@army.mil by April 3, 2025.
Antenna
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 116 units of antennas, specifically NSN 5985-01-375-4661, under a presolicitation notice. The procurement is classified under Other Than Full and Open Competition, with an emphasis on a delivery timeline of 270 days to Warner Robins AFB, GA, and requires interested parties to demonstrate their capability to meet the government's needs with commercial items within 15 days of the notice. This solicitation, which will be available on or around April 24, 2025, emphasizes a combination of price, delivery, past performance, and socioeconomic factors in the evaluation process. For further inquiries, interested vendors can contact Christopher Wallace at Christopher.Wallace@dla.mil or by phone at 614-692-6151.
Request for Qualifications (RFQ) for Project XUMU 252215CR, Concept Charrette Report, Renovate Building 7050, Vandenberg SFB, CA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 7050 at Vandenberg Space Force Base, California, through the Request for Qualifications (RFQ) for Project XUMU 252215CR. The selected firm will be responsible for producing a Concept Charrette Report (CCR) that includes detailed engineering solutions, cost estimates, and compliance with applicable regulations, with a focus on sustainability and energy efficiency. This project is critical for upgrading the facility to accommodate new occupants and ensure adherence to Department of Defense standards. Interested firms must submit their qualifications using the SF330 format by April 29, 2025, with inquiries directed to the primary contacts, Meghann E. Applebay and Jennifer Paccioretti, via email or phone.
Vandenberg Space Force Base Campus Consolidation Electrical Infrastructure
Buyer not available
The National Reconnaissance Office (NRO) is initiating a procurement opportunity for the Vandenberg Space Force Base Campus Consolidation Electrical Infrastructure project, aimed at consolidating various NRO facilities into a designated campus area in Lompoc, California. The project focuses on establishing reliable power sources by creating two new 12.47 kV electrical circuits connected to existing substations, reflecting NRO's commitment to enhancing infrastructure efficiency and operational reliability. An Invitation for Bid (IFB) is expected to be announced in March 2025 on the Acquisition Research Center (ARC) website, and interested parties are encouraged to register early to access the procurement process. For further inquiries, contact Alisia Waldon at waldonal@nro.mil or Gary Lund at lundgary@nro.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, through the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement is crucial for maintaining the safety and functionality of military infrastructure, emphasizing the importance of specialized repairs in federal operations. Interested small businesses must submit their proposals, including a price quote and technical documentation, by April 15, 2025, at 12:00 PM MT, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further information.