3 CTS Vector Signal Generators
ID: FA251724Q0107Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

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 United States Space Force, is soliciting bids for the procurement of three Vector Signal Generators (VSGs) to support the Electromagnetic Warfare Operators Course at the Combat Training Squadron in Colorado Springs, Colorado. The procurement aims to establish a Firm Fixed Price Purchase Order for specialized equipment, including models from Rohde & Schwarz, with specific technical requirements such as dual-channel RF output and a frequency range of 100KHz to 3 GHz. This initiative is crucial for enhancing the Space Force's training capabilities and ensuring operational readiness in electromagnetic warfare. Interested small businesses must submit their quotes by September 9, 2024, with questions due by September 6, 2024; for further inquiries, contact Samuel Souil at samuel.souil@spaceforce.mil or 719-556-6599.

    Files
    Title
    Posted
    The document addresses inquiries related to the procurement of three Vector Signal Generators (VSGs) for the Space Force's Combat Training Squadron (CTS), specifically for the Electromagnetic Warfare Operators Course. Key clarifications include that the "3" does not indicate the need for three separate quotes, as it signifies the squadron's designation within the Space Force. Additionally, the document discusses recommended equipment configurations, particularly focusing on the SMW-K720 and SMW-K23 options. The K720 is necessary for effective signal generation but is confirmed unnecessary to include a second unit in bids. The K23, a High Performance Pulse Generator, is also deemed essential but will not be accepted in multiples as only the K22 option is retained in the RFQ. Furthermore, it clarifies that an internal solid-state drive (SMW-B93) is requested, with the instruction to include just one in the bid response. This framework of requests ensures the equipment meets operational requirements for training while streamlining the procurement process. Overall, the emphasis is on ensuring configurations are optimal without redundancy, guiding vendors in their bidding process accordingly.
    The document outlines the terms and clauses incorporated by reference for a government Request for Proposal (RFP), specifically FA251724Q0107. It includes various clauses related to compliance with Department of Defense (DoD) regulations, such as requirements for the compensation of former officials, whistleblower rights, and prohibitions on acquiring telecommunications equipment from certain regimes. The document specifies clauses in full text, including unique item identification and valuation procedures, as well as instructions for electronic payment submissions through the Wide Area Workflow (WAWF) system. Additionally, the RFP requires offerors to provide representations and certifications regarding their business operations, including compliance with the Buy American Act, and guidelines for small businesses and veteran-owned organizations. The core aim is to ensure transparency, accountability, and ethical standards in federal contracting processes while promoting small business participation. This document serves as a critical resource for potential contractors to understand their obligations under federal law and the specific requirements of the RFP.
    The document outlines a list of vector signal generators from Rohde & Schwarz as part of a federal RFP for equipment procurement. It details specific models and quantities, including 3 units of SMW200A, 1 each of SMW-B1003, SMW-B2003, and other related modules. Each model is accompanied by its technical specifications, such as frequency ranges and software or hardware requirements for installation and retrofitting. Many modules require additional licensing for specific functions, and some are not installable post-factory, emphasizing their specialized nature. This document serves as both a catalog of equipment needed for signal generation and an illustration of the technical requirements essential for their deployment, reflecting the government’s initiative to modernize and enhance technological capabilities in signal processing.
    The request for quote (RFP) FA251724Q0107 is issued by the United States Space Force for the procurement of Rohde & Schwarz Vector Signal Generators. The objective is to establish a Firm Fixed Price Purchase Order for equipment to be delivered to Colorado Springs, CO. Vendors must submit quotes by September 9, 2024, with questions due by September 6, 2024. Agreed specifications highlight a requirement for dual-channel RF output, a frequency range of 100KHz to 3 GHz, and various functional capabilities including a baseband generator and pulse modulator. This solicitation is 100% set aside for small businesses under NAICS code 334515, with a size standard of 750 employees. The evaluation process follows a Lowest Price Technically Acceptable (LPTA) approach, focusing first on technical acceptability aligning with stated requirements, followed by a price review. The process aims to yield the most beneficial outcome for the government while adhering to FAR provisions. Vendors are encouraged to provide detailed quotes, including unit prices, delivery timelines, and compliance with all solicitation requirements. This RFP reinforces the Space Force's commitment to obtaining top-quality equipment needed for its missions.
    The Department of the Air Force, through the 21st Contracting Squadron, is seeking quotes for purchasing Rohde & Schwarz Vector Signal Generators under solicitation number FA251724Q0107. The requirement is set as a brand name or equal item, focusing on specific salient characteristics such as dual channel RF output, frequency range of 100KHz to 3 GHz, and a pulse modulator, among others. Interested vendors must submit quotes by 5 September 2024, with inquiries submitted by 3 September 2024. The solicitation is a 100% small business set-aside under NAICS code 334515. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, where quotes are scrutinized for technical acceptability before price evaluation. The Contracting Officer will determine whether a product meets the required specifications. The process is designed to award a Firm Fixed Price Purchase Order, with requirements for detailed submissions of prices, descriptions, and delivery timelines. The document incorporates relevant FAR provisions, emphasizing compliance with federal acquisition regulations. This solicitation exemplifies the government's commitment to procuring quality equipment in an efficient, transparent manner.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    Signal Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking sources for the procurement of 9 kHz to 3 GHz Signal Generators intended for use in Army Calibration Laboratories. These signal generators are crucial for calibrating various military equipment, including Radio Test Sets, Frequency Counters, and RADAR Test Sets, and are expected to enhance capabilities over the existing Aeroflex 2023B model. The procurement emphasizes stringent performance specifications, including precise frequency resolution, harmonic distortion limits, and user-friendly operation, along with requirements for comprehensive documentation, operator training, and a three-year warranty. Interested vendors should direct inquiries to Cynthia Jackson at cynthia.l.jackson76.civ@mail.mil or Martha C. White at martha.c.white8.civ@army.mil, noting that this is a Sources Sought notice for informational purposes only and does not constitute a solicitation for proposals.
    Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of the Inveris Training Solutions Firearm Training Simulator (FATS) 100MIL Simulator System, under solicitation number FA252124QB189. This procurement aims to enhance training capabilities for military personnel at Patrick Space Force Base in Florida by providing an advanced virtual training system that allows for marksmanship practice and scenario engagement without the need for physical ammunition. The initiative aligns with the security forces enterprise plan to standardize training practices and improve operational readiness. Interested vendors must submit their quotes and required documentation by the specified deadlines, and can direct inquiries to TSgt Colleen Toman at colleen.toman.1@spaceforce.mil or 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil.
    COMM Spectrum Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from small businesses for the procurement of a portable COMM Spectrum Analyzer under solicitation W50S6L24Q0015. The primary objective is to acquire a handheld spectrum analyzer capable of operating within a frequency range of approximately 5 kHz to 13.6 GHz, with specific requirements for bandwidth resolution and battery life to support field operations and maintenance of radio systems. This equipment is crucial for site survey emissions, troubleshooting, and analysis of various radio systems and antennas, particularly in scenarios where primary systems may fail. Interested vendors must submit their offers by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Martin Khan at Martin.khan@us.af.mil or 907-551-0247.
    Request for Information (RFI) - Solid-State Power Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is issuing a Request for Information (RFI) to gather insights on solid-state power amplifiers (SSPAs) that operate within the 44 GHz band. The RFI seeks to identify technologies capable of delivering a minimum RF output power of 80 W, as part of a Line Replaceable Unit (LRU) that includes a power supply, control logic, and heat sink, with an anticipated requirement of approximately 120-150 units starting in the first quarter of FY26. This initiative is crucial for enhancing communication systems across air, ground-fixed, and transportable platforms, aiming to lower life-cycle costs while ensuring high reliability and adaptability. Interested parties must submit their responses by 4:00 PM EDT on October 7, 2024, and direct any questions to Mr. Michael Pacheco at michael.pacheco.4@us.af.mil or Ms. Jacquelyn Kelly at jacquelyn.kelly@us.af.mil.
    Commercial antenna marketplace
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Space Force (USSF), is seeking industry insights for the development of a global Antenna Marketplace aimed at connecting satellite ground entry points with cloud data centers for real-time satellite command and control. The initiative focuses on gathering information on capabilities that support adaptive scheduling, data transport, and the management of antenna operations, with an emphasis on a Ground System Orchestrator (GSO) for workload management and adherence to Zero Trust security principles. This marketplace is critical for enhancing the operational efficiency of satellite communications and ensuring robust data management across various platforms. Interested vendors are invited to submit white papers detailing their capabilities by September 27, 2024, with all responses becoming government property. For further inquiries, contact Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil.
    Schriever Space Force Base (SSFB) Guardian Resilience Team (GRT) Fitness Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force at Schriever Space Force Base, is seeking quotes from small businesses for the procurement of fitness equipment to support the Guardian Resilience Team's mission. The requirement includes various high-quality fitness items such as a belt squat machine, deadlift platform, and adjustable benches, with an emphasis on modular compatibility with existing equipment. This initiative is crucial for enhancing the fitness capabilities of the team, ensuring they maintain optimal physical readiness. Interested vendors must submit their firm fixed price quotes by September 18, 2024, and can contact Emily Heck at emily.heck@spaceforce.mil or Pamela S. Gusta at pamela.gusta.1@spaceforce.mil for further information.
    21 CES - MSS1 & MSS2 Tie Switches
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of S&C Electric brand and generic electrical equipment, specifically for the installation of tie switches between Main Switch Station (MSS) 1 and MSS 2 at Peterson Space Force Base in Colorado. This Combined Synopsis/Solicitation is open to full and open competition under NAICS code 335313, focusing on Switchgear and Switchboard Apparatus, and requires compliance with specific submission guidelines and technical documentation. The project emphasizes the importance of using eco-friendly materials and adhering to safety protocols, with a contract expected to be awarded based on price and technical acceptability criteria. Interested vendors should submit their quotes electronically and ensure they are registered in the System for Award Management (SAM) by the specified deadlines. For further inquiries, contact SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
    66--WAVE FORM SYNTHESIZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure nine units of the Wave Form Synthesizer, identified by NSN 7H-6625-015203633. The procurement is a total small business set-aside, and the government intends to negotiate with only one source due to the lack of available data or rights for alternative sourcing, making reverse engineering uneconomical. This equipment is critical for electrical and electronic properties measuring and testing, and interested parties must submit their capabilities or proposals within 45 days of this notice, with all inquiries directed to Andrew M. Stader at andrew.stader@navy.mil or by phone at (717) 605-2147.
    RFQ- 36 CS AN PRC-117G UHF-VHF Radios 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of 36 CS AN PRC-117G UHF-VHF radios, under solicitation number FA524024QM117. This acquisition is exclusively set aside for small businesses and requires vendors to provide detailed quotations that meet specific technical and operational requirements, including encryption capabilities and compliance with military standards. The radios are essential for secure communication in military operations, reinforcing the Air Force's commitment to maintaining operational readiness. Interested vendors must submit their quotes by September 24, 2024, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact A1C Klevon Spencer at klevon.spencer@us.af.mil or SSgt James Kwok at james.kwok@us.af.mil.