Best Source Selector
ID: FA910125QB047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)

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 seeking proposals for the procurement of a Best Source Selector (BSS) unit to enhance data selection capabilities at the White Sands Missile Range. The contractor will be required to deliver one complete, functional BSS unit that meets specific technical specifications, including a 19-inch rack mount chassis and the ability to handle 16 input channels, all manufactured in the U.S. This procurement is critical for improving test and evaluation capabilities for future military operations, reflecting the Air Force's commitment to technological excellence. Interested vendors must submit their quotes by May 2, 2025, and can contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is issuing a Request for Quote (RFQ) under solicitation number FA9101-25-Q-B047 for the procurement of a "Best Source Selector" with an emphasis on small business participation. This combined synopsis/solicitation follows federal acquisition guidelines and encourages vendors to submit their responses by 2 May 2025. The acquisition is set aside for small businesses under NAICS code 334290, categorizing it as communications equipment manufacturing. The evaluation process will utilize a Lowest Price Technically Acceptable (LPTA) method, focusing on competitive pricing and adherence to provided specifications. Vendors are required to submit a detailed quote that includes all relevant documentation and pricing, including delivery and applicable taxes, along with registration in the System for Award Management (SAM). The successful vendor will enter into a firm-fixed price purchase order, with delivery expected within 140 days of award. The memorandum underscores the importance of clear, comprehensive quotes, indicating that the government may award based on the initial submissions without further clarification unless deemed necessary. This solicitation reflects the Air Force's objective to procure essential equipment while supporting small business participation within federal contracts.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to the procurement of commercial products and services, specifically for the Best Source Selector. It provides key information including requisition and contract numbers, solicitation details, contact information, offer due date, and shipping terms. The solicitation identifies the total award amount and specifies the terms and conditions under which the contractor must operate, including clauses related to electronic payment requests and requirements for unique item identification. The primary focus is on ensuring compliance with federal regulations and mandates for contracting with small businesses, particularly those owned by women or economically disadvantaged individuals. The document also emphasizes the importance of timely delivery, inspection, and acceptance criteria related to the contracted work. Furthermore, it incorporates a variety of federal acquisition clauses addressing issues ranging from labor standards to cybersecurity, showcasing the contract’s complexity and the stringent regulatory environment surrounding federal contracts. Overall, this solicitation exemplifies the federal government's commitment to promoting diversity in contracting opportunities while ensuring compliance with applicable standards and regulations.
    The document outlines a Request for Proposal (RFP) for the procurement of a Best Source Selector (BSS) unit by the 704th Test Group and 586th Flight Test Squadron of the U.S. Air Force. The BSS aims to enhance data selection from multiple sources at the White Sands Missile Range, supporting the mission of improving test and evaluation capabilities for future military operations. The contractor is expected to provide one complete, functional BSS unit, with specific requirements including a 19-inch rack mount chassis and capability for 16 input channels, among other technical specifications. The unit must be manufactured in the U.S. and delivered within 140 days after the order is received. All necessary software, operator manuals, and programming features must also be included in the deliverables. This RFP emphasizes the importance of selecting a contractor who can meet strict technical criteria while adhering to U.S. manufacturing standards, reflecting the strategic focus on technological excellence and effectiveness for defense capabilities.
    Lifecycle
    Title
    Type
    Best Source Selector
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AN/BPS-16 RADAR MAS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the AN/BPS-16 Radar Mast, a critical component for shipboard systems. This procurement requires specialized materials and adherence to stringent quality assurance standards due to the potential risks associated with using incorrect or defective materials, which could lead to serious safety hazards. The contract will involve the delivery of materials within 365 days of the contract's effective date, and interested vendors must ensure compliance with various certification and inspection requirements. For further inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    CIRCUIT CARD ASSEMB /NSN: 5998015381959IM / PN: 012095-0001
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for nine (9) Circuit Card Assembly units (NSN: 5998-01-538-1959 IM, PN: 012095-0001) through an oral solicitation (FA8117-26-Q-0004). These units, which are critical components for the AN/GRN-30(V)1 system, must be newly manufactured from specified materials, including aluminum and copper, and adhere to military packaging and marking standards. Interested vendors are required to submit their quotes by January 11, 2026, with a delivery deadline set for April 1, 2026, to designated foreign military sales locations. For further inquiries, potential bidders can contact Emma Taylor at emma.taylor.7@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    B-1B Interface Unit, Comm
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    66--SIGNAL PROCESSOR UN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of the SIGNAL PROCESSOR UN, identified by NSN 6625012417043. This procurement involves a source-controlled drawing item, with approved sources specified, and the items must meet the requirements outlined in the associated drawing. The SIGNAL PROCESSOR is critical for various defense applications, ensuring accurate signal processing in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and quotes must be submitted within the specified timeframe.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, 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 further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.