Certified Motorola Radios Uninstallation and Installation
ID: FA301625Q0108Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the uninstallation and installation of Motorola radios at JBSA Lackland and Fort Sam Houston in Texas. The project involves removing 10 outdated Motorola radios and installing 12 new APEX Consollette radios, followed by conducting functional checks to ensure operational readiness. This procurement is part of a broader initiative to modernize communication systems within military operations, emphasizing the importance of reliable communication technology. Interested contractors should note that the total budget for this project is approximately $34 million, with a delivery date set for March 31, 2025. For inquiries, potential bidders can contact Parris F. Watson at parris.watson.2@us.af.mil or Edwin Dela Cruz at edwin.dela_cruz.3@us.af.mil.

Files
Title
Posted
Apr 14, 2025, 6:04 PM UTC
The document is a solicitation for the installation and uninstallation of Motorola radios at two military locations: JBSA Lackland and Ft Sam Houston. The total budget for the project is approximately $34 million. It involves removing outdated radios and installing 12 new APEX Consollette radios, followed by conducting functional checks. The solicitation outlines critical information such as the point of contact for inquiries, submission deadlines, and the payment process through the Wide Area Workflow system. It incorporates numerous Federal Acquisition Regulation (FAR) clauses and specific requirements related to the contract, including clauses addressing small business participation and safety on government installations. The contract emphasizes compliance with various legal and regulatory requirements concerning subcontractors, labor standards, and environmental considerations. This procurement reflects the government’s commitment to engaging qualified businesses while ensuring the project meets stringent operational and safety standards for military installations.
Apr 14, 2025, 6:04 PM UTC
The document outlines an amendment to a solicitation concerning the removal and installation of specific Motorola radios at military installations, specifically JBSA Lackland and Ft Sam Houston. The amendment extends the offer receipt deadline and requires bidders to acknowledge this amendment through designated methods. Changes made to the Statement of Work include modifications in the number of radios to be uninstalled and installed, with a detailed description of technical specifications and responsibilities concerning the cabling and connections. The amendment clarifies that the contractor is responsible for confirming pin-outs and connections, while the government is tasked with specific cabling responsibilities. Overall, the document emphasizes the necessity for contractors to comply with updated requirements to ensure successful project execution at the designated sites.
The Statement of Work outlines a federal project focused on the uninstallation and installation of 12 Motorola radios at two military installations: JBSA Lackland and Fort Sam Houston. The contractor is tasked with removing six outdated radios from each site and replacing them with newly programmed models provided by the Command Post. These installations are part of a broader console upgrade being executed by another vendor. The document emphasizes that specialized Motorola radio training is necessary for proper installation and integration into the existing console system, and it stresses the project’s critical timeline, with a target completion date of March 31, 2025. Access to the federal base and compliance with specific training requirements is essential for the contractor. All necessary equipment will be supplied by the Command Post, and a one-year warranty is provided for the installed radios. The intent of the document is to facilitate the procurement process for this specific radio installation project, ensuring adherence to federal regulations and operational needs.
Apr 14, 2025, 6:04 PM UTC
The document outlines the Request for Proposal (RFP) FA301625Q0108 for the installation and uninstallation of Motorola radios at the 502 ABW Command Post. The contractor is tasked with removing 10 outdated Motorola radios (4 at JBSA Lackland and 6 at Fort Sam Houston) and installing 12 new ones (6 at each location), which have been programmed by the 502 Communications Squadron. This installation is a critical component of a broader console system upgrade, with the expectation that all radios will be functionally tested post-installation. The project requires contractors to have specific Motorola training and certification for successful integration, and a point of contact is provided for queries. Installation must occur at two specified military buildings, with all removed equipment returned for accountability. The delivery date is set for March 31, 2025. This RFP reflects the federal government's commitment to modernize communication systems in military operations while ensuring compliance with specific training and access requirements. The document symbolizes efficient management of resources, highlighting the imperative of upgrading communication technology in defense operations.
Apr 14, 2025, 6:04 PM UTC
The government document details Wage Determination No. 2015-5253, issued by the U.S. Department of Labor under the Service Contract Act. This particular wage determination applies to contracts in various Texas counties, specifying minimum wage rates and fringe benefits for service employees. The wage determination outlines two key executive orders impacting pay: Executive Order 14026 mandates a minimum hourly wage of $17.75 for contracts initiated after January 30, 2022, while Executive Order 13658 applies a minimum wage of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. A comprehensive list of specific occupations and their corresponding wage rates is included, covering various sectors from administrative to health occupations. Additionally, it discusses employee benefits such as health and welfare contributions, paid time off, and overtime compensation regulations. The document emphasizes compliance with wage and hour regulations to ensure fair labor practices for service employees under federal contracts. Overall, it serves as a crucial guideline for contractors participating in federally funded projects, ensuring adherence to established wage standards and worker protections.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Pilot to Dispatch Radio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a ground-to-air UHF/VHF Radio Transceiver to be utilized at a fixed site in Honolulu, Hawaii. The procurement aims to establish a Firm-Fixed Price contract for a system that requires continuous AC power connectivity and must be capable of outputting approximately 10 watts at 90% amplitude modulation, adhering to specific frequency and EMI/EMC certification standards. This equipment is critical for enhancing communication capabilities within military operations, ensuring reliable and compliant radio communication. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to SSgt Thomas Hembree at thomas.hembree@us.af.mil or 808-471-4352.
5821 - FMS Repair of RECEIVER-TRANSMITTER,RADIO (1 Unit)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair one unit of a Receiver-Transmitter Radio for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the government-owned equipment to operational condition, as the government lacks the data to perform these repairs independently. This opportunity is critical for maintaining communication capabilities and ensuring operational readiness. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Joseph K. Pace at 215-697-1255 or via email at joseph.k.pace8.civ@us.navy.mil.
Baseband Backhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) to identify sources capable of providing a high-capacity, reliable baseband backhaul communications system. This system is intended to enhance communication capabilities for Tactical Air Control Party (TACP) forces, addressing critical shortfalls in bandwidth, mobility, and security necessary for operations in contested environments. The desired solution must integrate commercial and military satellite communications, alongside 4G LTE/5G cellular and WiFi networks, while meeting specific operational thresholds for network speed, interoperability, and security compliance with military standards. Interested vendors are encouraged to submit detailed capabilities, product specifications, potential costs, and compliance with industry regulations by April 25, 2025. For further inquiries, respondents may contact Jared Rush at jared.rush@us.af.mil or Anthony Walker at anthony.walker.42@us.af.mil.
58--MODULATOR,RADIO TRA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of radio modulators. This procurement aims to ensure the operational readiness and reliability of critical electronic countermeasures equipment, which plays a vital role in navigation and guidance systems for military applications. Interested vendors should note that the primary contact for this opportunity is Tara B. Kupperstein, who can be reached via email at TARA.B.KUPPERSTEIN.CIV@US.NAVY.MIL for further inquiries. Details regarding the funding amount and specific deadlines have not been provided in the available information.
70--RADIOS
Buyer not available
Presolicitation notice from the Department of Defense, Defense Logistics Agency, is seeking to procure radios. Radios are typically used for communication purposes in various military operations. The procurement is set aside for small businesses. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact John Iversen at 360-476-3338 or john.iversen@dla.mil. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
Microwave Line of Sight Field Service Representative
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "Microwave Line of Sight Field Service Representative" to provide essential support services for military operations in Kuwait. The contract requires qualified vendors to supply personnel, equipment, and services to ensure effective communication and data exchange, with a focus on maintenance, logistics, and technology refreshment for the Microwave Line of Sight program. This initiative is critical for enhancing operational capabilities and ensuring seamless communication for U.S. military operations, particularly in support of CENTCOM. Interested parties must submit their proposals by April 30, 2025, with inquiries due by April 23, 2025, and can contact Chelsea M. Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil for further information.
59--AMPLIFIER RADIO FRE - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to procure 48 units of the AMPLIFIER RADIO FRE and other replacement parts, specifically identified by NSN 7H-5996-015453673. The procurement is intended to be negotiated with General Dynamics Mission Systems, the current approved source, as the Government does not possess the necessary data or rights to purchase or contract repair from alternative sources. This equipment is critical for defense operations, and interested parties may submit their capabilities or proposals within 45 days of the notice, with all inquiries directed to Amy E. Puchalsky at AMY.PUCHALSKY@DLA.MIL or by phone at (717) 550-3120.
Deployable Communications Package (DCP)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the Deployable Communications Package (DCP), an integrated communications and command/control system. This system is required to support simultaneous multiband voice and data communications, high-frequency radio capabilities, and the provision of full-motion video (FMV) for tactical air control operations, which are critical for planning and executing joint Close Air Support (CAS) and Air Interdiction missions. Interested parties are encouraged to submit their qualifications, capabilities, and product specifications by May 1, 2025, to the designated contacts, Jared Rush and Connor Haseley, via email. This RFI serves as a market research tool and does not constitute a binding procurement commitment from the government.
58--TAC COM AND AUDIO S, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of TAC COM and audio systems. The procurement aims to ensure that these communication systems meet operational and functional requirements, adhering to established quality standards and specifications. These systems are critical for maintaining effective communication capabilities within military operations. Interested vendors are encouraged to submit firm-fixed-price or not-to-exceed quotes for the full repair, with all proposals due by the specified deadline. For inquiries, potential bidders can contact Julie Smith at 717-605-5805 or via email at JULIE.SMITH2@NAVY.MIL.
58--COMMUNICATION SYSTE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of communication systems. The procurement aims to ensure the operational readiness of critical communication equipment, which is vital for military operations and national defense. Interested contractors must provide a firm-fixed price quote for the full repair effort, including teardown and evaluation, and adhere to strict quality assurance and inspection requirements. For further details, potential bidders can contact Narayan Smith at 717-605-1332 or via email at NARYAN.SMITH.CIV@US.NAVY.MIL, with proposals expected to reference specific requirements and timelines outlined in the solicitation.