XComm Radios
ID: FA301025Q0021_CongerType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of XComm radios to enhance military communication capabilities. The requirement includes four types of tactical radios with specific characteristics, such as RF coverage, encryption standards, and operational features, aimed at ensuring secure and effective communication in various tactical environments. This procurement is critical for maintaining advanced communication systems that meet military-grade standards, reflecting the government's commitment to operational effectiveness. Interested vendors should note that the closing date for proposals has been extended to July 22, 2025, at 10:30 AM CST, and can direct inquiries to primary contact Samantha I. Conger at samantha.conger@us.af.mil or secondary contact Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a solicitation for Women-Owned Small Business (WOSB) contracts specifically related to the procurement of commercial products and services, detailing the requirements for the acquisition of FY25 XCOMM training radios. It includes various essential form blocks such as requisition, contract numbers, and solicitation dates, along with contact information for inquiries. The vendors are required to offer tactical radios in specified quantities under firm fixed-price arrangements, including details for delivery and acceptance criteria. Additionally, the document provides guidelines regarding unique item identification for tracking and compliance, along with various Federal Acquisition Regulation (FAR) clauses that govern the contract specifications and conditions. The solicitation ensures that the contract follows strict legal and regulatory standards, emphasizing the importance of environmental compliance and small business participation. Overall, the document serves as a formal request for proposals aimed at mobilizing small businesses in supporting governmental training operations through military-grade communication equipment.
    This document serves as an amendment to a solicitation, specifically altering the submission timeline and other contract details. The closing date for offers has been extended from July 10, 2025, at 10:00 am CST to July 15, 2025, at the same time. Potential bidders must acknowledge receipt of this amendment using specified methods, ensuring their offers remain valid. Additionally, the document outlines procedures for modifying previously submitted proposals and describes modifications to contracts/orders while emphasizing that the core terms remain unchanged. Important contact information and the formal signatures of involved parties are included, indicating compliance and acknowledgment of the amendment. This amendment is a routine part of managing government procurement processes, underlining the importance of timely submissions and proper acknowledgments in federal contracting.
    This document serves as an amendment to a solicitation in the government contracting process. It outlines the procedures for acknowledging the receipt of the amendment and the necessary steps for contractors to modify their offers if needed. The document specifies that the amendment's intent is to update the salient characteristics related to an XComm radio procurement, indicating that changes to the requirements are essential for contractors to understand. Notably, it mentions that previous versions of the salient characteristics have been deleted, ensuring that only the most current information is utilized. The amendment extends the solicitation timeframe, emphasizing the importance of timely communication by contractors regarding any adjustments to their submissions. Overall, this amendment aims to clarify and update essential details related to the procurement, ensuring compliance and accuracy in the contracting process.
    This document serves as an amendment to a solicitation issued by the U.S. government, specifically related to the procurement process. It clarifies the procedures for acknowledging receipt of the amendment, emphasizing that offers must be submitted in accordance with the extended timeline—now set for July 22, 2025, at 10:30 AM CST, rather than the original date of July 15, 2025. Additionally, the amendment updates the salient characteristics and modifies contract/order details as necessary. It is critical for contractors to acknowledge the amendment to avoid the rejection of their offers. The amendment maintains all terms and conditions of the original solicitation while noting added and deleted attachments regarding salient characteristics. The document underlines the importance of compliance and accurate communication among contractors and the government to facilitate a successful procurement process.
    The document outlines the specifications and requirements for a federal Request for Proposals (RFP) related to the procurement of various radio communication systems for government use. The file details four types of radios, including their quantities and must-have characteristics. Radio 1 (3 units) and Radio 2 (5 units) both require continuous RF coverage from 1.5 MHz to 59 MHz, with minimum output power of 20 watts, supporting multiple encryption standards and software programmability. The auxiliary power amplifier needed for optimal performance is also specified. Radio 3 (4 units) focuses on a broader frequency range (30 MHz to 2 GHz) and mandates compliance with Software Communications Architecture, while supporting advanced waveforms for military communications. Radio 4 (8 units) emphasizes dual-network operation, providing advanced operational features like encrypted location data transmission and compatibility with various tactical and voice encryption standards. Overall, the document serves to ensure that the proposed radios meet military-grade communication needs and interoperability standards, reflecting the government's focus on modernizing and maintaining secure communication capabilities in tactical environments.
    The document outlines the technical specifications required for four different types of communication radios as part of a government procurement process dated July 10, 2025. **Radio 1** and **Radio 2** both require continuous RF coverage from 1.5 MHz to 59 MHz, a minimum output of 20 watts for HF communications, and data transmission capabilities with NSA-approved encryption. Additionally, they must support software programmability and various cryptographic standards, along with being ruggedized for operational durability. **Radio 3** focuses on a broader frequency range of 30 MHz to 2 GHz, detailing output power specifics and compliance with the Software Communications Architecture, incorporating multi-waveform support for different military communications. **Radio 4** offers enhanced dual-network operation capabilities with features like voice crossbanding, system diagnostics, GPS integration, and support for multiple waveforms. It retains programming even during power loss and complies with enhanced security specifications. Overall, this procurement reflects the government's commitment to maintaining advanced and secure communication systems for operational effectiveness within various tactical environments.
    The document outlines specifications for various radio communication systems required for government use, detailing four types of radios with varying quantities and technical characteristics. Radio 1 specifies three units capable of integrating with a 400-watt power amplifier, supporting RF coverage from 1.5 to 59 MHz, and featuring data transmission capabilities, including both legacy and modern encryption support. Radio 2 expands on similar requirements but specifies five units and encourages the same RF coverage and encryption standards. Radio 3 details four units operating within a frequency range of 30 MHz to 2 GHz, complying with multiple military communication standards and emphasizing multiple encryption methods. Radio 4 describes eight units designed for dual-network operations, with advanced features for diagnostics, encrypted location transmission, and compatibility with various waveforms and encryption types. Overall, the document serves as a Request for Proposal (RFP) for radio communication systems, aimed at enhancing tactical communication capabilities while ensuring compliance with military standards and cybersecurity measures. This is crucial for federal agencies and local government entities seeking reliable, secure communication solutions for operational effectiveness in diverse environments.
    Lifecycle
    Title
    Type
    XComm Radios
    Currently viewing
    Solicitation
    Similar Opportunities
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) waveform onto operational radios. This Request for Information (RFI) aims to identify vendors with the necessary technical expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness for the radios used. The successful integration of this waveform is crucial for enhancing communication capabilities within military operations. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and experience, with questions due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    Military Radio Systems
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for Military Radio Systems intended for Foreign Military Sales (FMS) to the Royal Thai Army. The procurement aims to fulfill specific requirements for various radio systems, including VHF/FM manpack and vehicle-mounted radios, as well as HF base stations, along with training and support services. These systems are crucial for enhancing communication capabilities within military operations. Interested parties are encouraged to submit their capabilities and Rough Order of Magnitude pricing by 12:00 p.m. EST on January 9, 2026, to Richard Smith at richard.n.smith24.civ@army.mil, as this opportunity may lead to multiple contract awards based on the responses received.
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating their products, specifically the AM3T radio system, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the procurement of Joint Tactical Terminal – Transceiver (JTT-X) production units and aircraft integration support. The JTT-X is a Software Defined Radio (SDR) that includes an internal High Assurance Internet Protocol Encryptor (HAIPE) solution, with an anticipated contract covering the production of 455 units over a base year and four option years. This procurement is critical for enhancing airborne radio navigation capabilities and will proceed as a full and open competition, with a formal solicitation expected to be released in the second quarter of Fiscal Year 2026. Interested parties must ensure their assembly facilities have current COMSEC clearance and submit a Technical Library Access Request to obtain necessary specifications, with contact inquiries directed to Ryan Lysaght or Jessica Myers via their provided emails.
    Land Mobile Radio (LMR) Modernization and Interoperability Into Base Emergency Communications System (BECS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry capabilities for the modernization and interoperability of Land Mobile Radio (LMR) systems into the Base Emergency Communications System (BECS). The procurement aims to identify a compliant LMR subsystem that integrates with existing Army systems, focusing on interoperability with various emergency communication frameworks, ensuring cybersecurity compliance, and providing lifecycle sustainment. This initiative is crucial for enhancing emergency communication capabilities within the Continental United States (CONUS). Interested parties are encouraged to review the attached Request for Information and submit their responses by January 2, 2026, at 4:00 PM ET. For further inquiries, contact Katia Lacoste at katia.lacoste.civ@army.mil or Mark Grimsley at mark.c.grimsley.civ@army.mil.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals for the development of ultra-broadband terahertz radios operating above 100 GHz, aimed at enhancing future Air Force communications capabilities in contested spectrum environments. This Broad Agency Announcement (BAA) is an open, two-step process that will accept initial white paper submissions until September 19, 2028, with formal proposals by invitation only. The total estimated funding for this initiative is approximately $9.9 million, with individual awards ranging from $200,000 to $4 million over a period of up to 36 months, and multiple awards are anticipated. Interested parties should direct technical inquiries to Peter A. Ricci at peter.ricci.1@us.af.mil or 315-330-2427, and contractual questions to Amber Buckley at amber.buckley@us.af.mil or 315-330-3605.
    Repair of NIIN 014334368
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 014334368, which pertains to airborne radio and television communication equipment. The procurement aims to ensure the operational readiness and reliability of critical communication systems used by the Navy. This opportunity is vital for maintaining the effectiveness of airborne communication capabilities, which are essential for mission success. Interested contractors can reach out to Christian Markle at 215-697-3563 or via email at christian.m.markle.civ@us.navy.mil for further details regarding the solicitation document.