Keysight PNA-X Analyzer Upgrade
ID: FA857125Q0068Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, 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 Department of the Air Force, is soliciting quotes for the upgrade of a Keysight PNA-X Analyzer (model N5242A) under solicitation FA857125Q0068. The procurement requires a contractor to provide all necessary equipment, tools, labor, and transportation for the upgrade, which includes components such as a multiplexer and a solid-state drive, with the upgraded unit to be delivered to Robins Air Force Base in Georgia within 20 business days. This acquisition is critical for enhancing analytical capabilities within the Air Force and is set aside exclusively for small businesses, with a total estimated cost of $114,545.18. Interested vendors should direct inquiries to Natalie Roberson or Phillip Richardson via their provided email addresses, with quotes due by April 4, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government procurement request for a Keysight PNA-X Network Analyzer, identified by Pre-stage Identifier 1010640. The solicitation includes a description of the item, listing its model number (N5242A), part number, and associated identification codes such as NSN and CAGE codes. A single unit of the analyzer is requested, carrying an acquisition cost of $114,545.18. The document notes the delivery event but does not provide specific delivery dates or duration details. This attachment likely serves as part of a broader federal grant or RFP process, emphasizing the acquisition of advanced technical equipment for government operations, which supports the continuous improvement of analytical capabilities.
    The document outlines a government request for proposals (RFP) for upgrading a Keysight PNA-X (N5242A) for the 402 EMXG at Robins Air Force Base, GA. It details that the contractor must provide all necessary equipment, tools, labor, and transportation for the upgrade, which includes specific components like an N5242B multiplexer and a Windows 10 SSD. The upgraded unit must be delivered within twenty business days. The document specifies government representatives for communication and inspects services throughout the process. Additionally, it mandates compliance with various security regulations, supply chain risk management, and environmental procurement standards. The contractor is required to adhere to cybersecurity guidelines while securing government-furnished equipment. A warranty of 90 days is included for the upgrade services. Overall, this RFP emphasizes the need for thorough technical, operational, and regulatory compliance in completing the upgrade of critical analytical equipment.
    The document is a solicitation for a contract under the Women-Owned Small Business program, specifically requesting quotes for a commercial upgrade service of the Keysight PNA-X Analyzer. It is designated as solicitation FA857125Q0068, effective on March 26, 2025, with submissions due by April 4, 2025. The primary subject entails procuring an upgrade for the PNA-X model N5242A, which includes components such as a multiplexer, solid-state drive, and calibration services. The contractor is required to deliver the upgraded unit to Robins Air Force Base within 20 business days post-upgrade. The solicitation underscores the importance of adhering to specific contractual terms outlined in Federal Acquisition Regulations (FAR) for submitting payment and invoice requests. Moreover, it mandates participation as a 100% small business set-aside, emphasizing compliance with set-aside programs for women-owned and disadvantaged businesses. This document is a distinct effort from the U.S. Air Force to bolster minority-owned businesses while procuring essential commercial services, illustrating the federal commitment to equitable support in government contracting processes.
    The Keysight Terms of Service outline the conditions under which Keysight Technologies Inc. provides service for its products and software updates. They specify the responsibilities of both Keysight and the customer, detailing service performance, product maintenance, and relocation impacts. Keysight commits to professional service, while the customer is responsible for ensuring product eligibility and site conditions. Orders require Keysight's acceptance, and cancellations may incur fees. The document also addresses shipment responsibilities, payment terms, warranties, and liability limitations, explicitly stating that Keysight is not liable for consequential damages. Additionally, it includes provisions regarding indemnification, insurance requirements, and compliance with export control laws and sanctions. Overall, these comprehensive terms emphasize customer accountability and outline Keysight's obligations, reinforcing the importance of adherence to legal standards during service provision. This structure serves to protect both parties and promote transparency in their contractual relationship, crucial for government and commercial engagements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    58--PROCESSOR,RADAR DAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair and modification of radar data processors. The procurement aims to increase the quantity of units from 3 to 13, with a focus on returning these items to a Ready for Issue (RFI) condition through comprehensive repair, testing, and inspection processes. These radar processors are critical for airborne radar equipment, ensuring operational reliability in defense applications. Interested contractors must submit firm-fixed price quotes by November 21, 2025, and can direct inquiries to Samantha Freedman at 215-697-6566 or via email at samantha.m.freedman.civ@us.navy.mil.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    58--DETECTOR,RADIO FREQUEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 58 radio frequency detectors, specifically NSN 5895012110211. The requirement includes the delivery of 56 units by April 11 and 1 unit by January 20 to DLA Distribution Warner Robins, highlighting the critical need for these components in defense operations. This procurement is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in the defense sector. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the AN/APG-68 Dual Mode Transmitter, part number 585R224H04, identified by NSN 5960-01-341-5198. Interested offerors must meet stringent qualification requirements, including having the necessary facilities, testing capabilities, and a complete data package to ensure compliance with government standards for the repair of this critical electronic component used in F-16 C/D radar systems. The estimated cost for qualification testing is approximately $260,800, with a completion timeline of around 730 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    BroadSim Upgrade
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.