Intent to Award Sole/Single Source - Transceiver for SkyVision Test Site
ID: IASS-AFRL-PZLEQ-2025-0009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for a transceiver to support operations at the SkyVision Test Site located at Springfield-Beckley Airport in Ohio. The procurement aims to acquire a software-defined transceiver capable of VHF and UHF AM and FM voice channels, which is critical for ensuring safe communication between air assets and local air traffic, adhering to military and civilian standards. This equipment is essential for maintaining effective air traffic communication and compliance with federal regulations set by the Department of the Air Force, FCC, and FAA. Interested vendors may submit capability statements or exceptions to the sole source intent by April 7, 2025, to Mr. Jason Sav at jason.sav@us.af.mil, ensuring that all correspondence includes the specified subject line to avoid email filtering issues.

    Point(s) of Contact
    Files
    Title
    Posted
    The Minimum Requirements Document outlines the specifications for a transceiver needed at the AFRL SkyVision Test Site located at Springfield-Beckley Airport, OH. This communication system is essential for ensuring safe operations and situational awareness between air assets and local air traffic, complying with military and civilian aircraft communication needs. It mandates a software-defined transceiver capable of both VHF and UHF AM and FM voice channels, adhering to specific channel spacing requirements and power output regulations. Key features include a dual-channel remote control unit, VoIP gateway capability for operation over IP networks, and the installation of the radio system into both a mobile ground-based vehicle and the airport tower. Additionally, the transceiver and associated antennas must meet stringent EMI and EMC requirements as per MIL-STD-461G. The document emphasizes the need for spectrum clearance and authorization, making it crucial for maintaining effective air traffic communication in compliance with federal standards set by the Department of the Air Force, FCC, and FAA. This document serves as a foundational request for proposals relevant to government contracts in defense and technology sectors.
    The Springfield Control Tower file outlines key aspects of the control tower's infrastructure and equipment. It highlights the geography of the tower's floors, specifying that the Tower Cab on the 6th floor serves as the primary operational area, while the Equipment Room on the 4th floor contains a secondary URC-300 rack. Notably, it mentions the deployment of a plywood-mounted exercise kit in the Tower Cab, scheduled for removal by the end of March. Additionally, the file briefly references the SkyVision Vehicle and its Comm Rack, emphasizing that part of the space remains unused. The document serves as a logistical overview for the management and operational setup at the Springfield Control Tower, likely intended for internal review or to facilitate response to requests for proposals (RFPs) concerning equipment and facility management.
    Lifecycle
    Similar Opportunities
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    Cellular Enhancement System Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    MARS Radio SSJ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure radio navigation equipment under the title "MARS Radio SSJ." This procurement is justified as a sole source requirement, and interested parties are directed to review the Sole Source Justification and Salient Characteristics documents for detailed specifications and requirements. The equipment is critical for navigation purposes, ensuring operational effectiveness in various defense applications. For further inquiries, interested vendors can contact Erik Owens at erik.owens.8@us.af.mil or by phone at 850-882-0255, with the place of performance located in Crestview, Florida, ZIP code 32536.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    CONTROL TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for a Control Transmitter, as outlined in their Justification notice. This equipment falls under the category of electronic countermeasures, counter-countermeasures, and quick reaction capability equipment, indicating its critical role in defense operations. The attached justification document provides further details on the necessity and specifications of the required transmitter. Interested vendors can reach out to Yaraliz Pompello at yaraliz.pompello@dla.mil for additional information regarding this opportunity.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    Sole Source Justification – Motorola Vesta 9-1-1 Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Motorola Vesta 9-1-1 Refresh for Luke Air Force Base in Arizona through a sole source justification. This acquisition is critical for enhancing the communications security capabilities at the base, ensuring efficient emergency response operations. The contract, identified as FA488723P0022, has been awarded to Motorola Solutions, highlighting the importance of maintaining continuity and reliability in emergency communication systems. For further inquiries, interested parties can contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 623-856-2419, or reach out to SSgt Maureen McCarthy at maureen.mccarthy.3@us.af.mil.