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
    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 The project involves removing 10 outdated Motorola radios and installing 12 new APEX Consollette radios, followed by conducting functional checks to ensure operational readiness.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
    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 It involves removing outdated radios and installing 12 new APEX Consollette radios, followed by conducting functional checks.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.
    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.
    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.
    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
    Similar Opportunities
    ELMR Transport Equipment Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    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.
    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.
    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.
    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.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    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.
    58--CONTROL,INTERCOMMUN, 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 intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    58--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 contractors for the repair and modification of Receiver-Transmitter units under a federal contract. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the units to a Ready for Issue (RFI) condition, with a stipulated repair turnaround time of 180 days after receipt of the asset. These units are critical for airborne radio and television communication, emphasizing their importance in military operations. Interested contractors can reach out to Chad M. Fichter at 215-697-2782 or via email at chad.m.fichter.civ@us.navy.mil for further details and to express their interest in this opportunity.