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

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for improvements to the H-915A low frequency antenna installation at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna system's performance through tasks such as re-installation, replacement of coaxial cables, and relocation of the antenna coupler, all to be completed within 21 days of order receipt. This installation is critical for the Frequency Management System team, which monitors radio frequencies to support government and commercial launch operations. Interested small businesses must attend a mandatory site visit on April 2, 2025, and submit proposals by April 22, 2025, with inquiries directed to Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines a combined synopsis/solicitation for a request for quotation (RFQ) regarding the improvements to the H-915A low frequency antenna installation at Vandenberg Space Force Base, California. The solicitation number is FA822225QB013, and it is designated for local small businesses located in California. The primary requirement includes the installation and enhancements of the antenna system, with a total of two items requested: the installation itself and a technical drawing (not priced separately). A mandatory site visit is scheduled for April 2, 2025, and interested vendors must submit a base access request form by March 27, 2025. Proposals are due by April 22, 2025, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) approach, considering price and technical capability. The Government intends to award a Firm Fixed Price contract and reserves the right to cancel the solicitation without reimbursement for costs incurred by offerors. Attachments related to performance and specifications are included for reference.
    This document serves as a combined synopsis and solicitation for the acquisition of commercial items, specifically for improvements to the H-915A low frequency antenna installation at Vandenberg Space Force Base (SFB), California. The solicitation, identified by the number FA822225QB013, is exclusively for local small businesses in California and outlines two primary items for procurement: installation and improvements of the antenna, and associated technical drawings. A mandatory site visit is scheduled on April 2, 2025, with access procedures detailed. Proposals are due by April 14, 2025, and must comply with specified regulations such as Federal Acquisition Circular 2025-03 and FAR clauses. Offerors will be evaluated based on price and technical capability, following the Lowest Price Technically Acceptable (LPTA) method, with contracts awarded to the lowest bidder meeting all requirements. The process enforces compliance with registration in the System for Award Management and outlines necessary documentation, including a Base Access Request Form for the site visit. This acquisition aligns with broader government initiatives to enhance operational capabilities at Vandenberg SFB, supporting government and commercial launch activities.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985012175881. The requirement includes a total of eight antennas, with delivery expected within 343 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These antennas are critical components for various military applications, and the selected vendor will be responsible for shipping to multiple DLA depots both within the continental United States and overseas. Interested parties should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985016764082. The requirement includes a total of six antennas, with delivery expected within 123 days after order placement, and the contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. These antennas are critical components for various electrical and electronic equipment, emphasizing their importance in military and defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    AFNWC VLF Industry Day Jan 2026
    Dept Of Defense
    The Department of Defense, specifically the Air Force Nuclear Weapons Center (AFNWC), is hosting an Industry Day on January 14-15, 2026, to engage with industry partners regarding the modernization of Very Low Frequency (VLF) receiver capabilities across multiple DoD platforms. The event aims to provide detailed technical information and solicit feedback on requirements for designing, developing, testing, certifying, and producing a modern VLF receiver, which is critical for enhancing communication and operational effectiveness in defense systems. Attendance is encouraged for organizations with expertise in VLF technology, digital signal processing, and embedded systems, with all discussions classified at the Secret level; thus, participants must possess a valid Secret clearance. Interested attendees must pre-register by December 15, 2025, by contacting Matthew Daly at matthew.daly.6@us.af.mil, and are advised to submit Visitor Access Requests (VARs) in advance to ensure access to the classified sessions.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antennas, with a focus on the specific part number 562R163H01. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the antennas to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These antennas are critical components for military operations, necessitating reliable performance in operational environments. Interested contractors must submit their quotes via email to Christopher Campellone at christopher.campellone.civ@us.navy.mil by the specified deadline, and must also comply with government source approval requirements prior to award.
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    Sources Sought Synopsis: Repair of the GPS Power System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of up to 500 circuits from a legacy Synchronous Optical Network (SONET) to a Ciena-based Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The procurement aims to provide comprehensive services including engineering, planning, equipment provision, and implementation over a ten-month period, with a focus on developing a migration design and executing the migration while adhering to stringent security requirements. This opportunity is classified under NAICS code 541512 for Computer Systems Design Services, with a small business size standard of $34 million, and the contract will be awarded based on the best value considering technical approach and price. Interested vendors must submit their quotations by December 31, 2025, and direct any inquiries to Paul Baraldi or Scott Yeaple via email by December 10, 2025.