ROSA-FI Feed Waveguide Fabrication
ID: FA822225QROSAType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the fabrication of various waveguide components as part of the ROSA-FI project at Hill Air Force Base, Utah. The procurement involves the production of twelve waveguide sections intended for integration into the ROSA-3 Radar system, aimed at enhancing missile precision instrumentation capabilities. This acquisition is critical for modernizing military radar operations and ensuring operational readiness, with a delivery timeline of 18 weeks from the award date. Interested contractors must submit their offers electronically by February 14, 2025, to the designated contacts, Audrey Lee and Christa Phillips, and comply with all federal regulations and certifications outlined in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Data Item Description (DID) for Conceptual Design Drawings/Models, identified as DI-SESS-81001E, primarily applicable in the military systems acquisition process. It serves to establish engineering design concepts and reduce technical uncertainties related to the feasibility of specific technologies or concepts against defined requirements. The DID specifies that the drawings/models produced should adhere to MIL-STD-31000 standards and emphasizes that not all requirements apply to every program, allowing for necessary tailoring based on the contract or purchase order. Key requirements include documenting detailed engineering designs, utilization of the contractor or government-specified format, and the identification of drawings based on the complexity of the designs. Additionally, the drawings/models must include a contractor’s or government CAGE code and corresponding document numbers. This information is essential during the concept demonstration and validation phase of the Department of Defense's material life cycle, ensuring comprehensive documentation of design feasibility and compliance with military specifications.
    The document is a Purchase Description (PD) for the fabrication of twelve waveguide sections intended for integration into the Radar Open System Architecture (ROSA-3) Radar system at Hill Air Force Base, Utah. The primary objective is to replace an outdated Radar system with the new ROSA-3, which will enhance missile precision instrumentation capabilities. The contractor is responsible for fabricating the waveguide sections according to government-specified drawings and tolerances, and for delivering the completed components to Patrick Space Force Base within 18 weeks of receiving the order. Additional requirements include obtaining government approval for contractor drawings prior to fabrication and ensuring compliance with limited data rights regarding contractor designs. The document outlines the production specifics, including delivery logistics, deadlines, and regulatory documentation needed for the project, which is critical in supporting the modern military radar operations and operational readiness.
    The document is a combined synopsis/solicitation for commercial items, specifically related to a request for quotation (RFQ) identified as FA8222-25-Q-ROSA. It outlines a project to provide various rigid and flexible components to the 309th Software Engineering Group at Hill AFB, Utah, with a delivery timeline of 18 weeks from the award date. The acquisition is identified as a sole-source requirement under NAICS Code 334220, with a small business size standard set at 1,250 employees. Evaluation of offers will follow a Lowest Price Technically Acceptable (LPTA) process, with the government awarding the contract to the lowest bidder who meets all technical specifications. Offerors must submit their responses electronically by February 14th, 2025, and include necessary certifications. The solicitation specifies a firm fixed-price contract and highlights that the government may cancel the solicitation without reimbursement for costs incurred by offerors. The document emphasizes compliance with various federal regulations and certifications, ensuring a structured approach to contractors engaging with government procurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    5985-01-146-9283 (25-Q-0280)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the procurement of antennas, specifically NSN 5985-01-146-9283, required for the F-16 aircraft. The solicitation seeks two units of the specified antenna and emphasizes the importance of compliance with military standards for packaging, preservation, and quality assurance throughout the supply chain. This procurement is critical for enhancing the operational capabilities of the Air Force, ensuring readiness and reliability in defense operations. Interested suppliers must submit their quotations, including delivery schedules and compliance documentation, to Johnny Wakefield at johnny.wakefield.2@us.af.mil by the specified deadline, with further details outlined in the accompanying Request for Quotation (RFQ) document.
    5841-01-645-7706 (25-R-0238)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.
    Traverse Servo Amplifier Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Traverse Servo Amplifier Assembly, a critical component for military applications. This procurement is a total small business set-aside, emphasizing the need for domestic-origin products and compliance with the Buy American Act, along with specific certifications such as a First Article Test Report and a Counterfeit Prevention Plan. The electronic amplifier plays a vital role in amplifying electrical signals for the support structure's traverse motor, ensuring operational readiness within defense systems. Interested vendors must submit their quotes by February 6, 2025, and can direct inquiries to Angel McKenzie at angel.mckenzie.2@us.af.mil or Angelina Kellett at angelina.kellett@us.af.mil for further details.
    59--WAVEGUIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of waveguide equipment under the title "59--WAVEGUIDE." This solicitation aims to acquire antennas, waveguides, and related equipment, which are critical components in radio and television broadcasting and wireless communications. The procurement will follow competitive procedures, and interested vendors must submit their offers by the specified closing date, as late submissions will not be considered. For further inquiries, potential bidders can contact Danielle DiCiacco at 215-697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL.
    59--AS4674/U ANT-RADOME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the AS4674/U ANT-RADOME. This procurement involves the production of antennas and related equipment, which are critical for military communications and operations. The contract will require compliance with various quality assurance standards and specifications, including MIL-STD-130 and ISO 9001, ensuring that the delivered products meet stringent military requirements. Interested vendors should contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS5@NAVY.MIL, with proposals due by February 20, 2025.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Dept Of Defense
    The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
    F-16 Electronics Component
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the supply of an F-16 Electronics Component, specifically one unit of NSN 5998-01-246-7115. The procurement requires compliance with military and government standards, including delivery schedules and quality assurance protocols, as outlined in the Request for Quotation (RFQ) SPRHA4-25-Q-0374. This component is critical for the operational readiness of the F-16 aircraft, emphasizing the importance of high-quality electronic assemblies in military applications. Interested contractors must submit their proposals by February 17, 2025, with a required delivery date for the item set for September 30, 2026. For further inquiries, potential bidders can contact Travis Bodily at travis.bodily@us.af.mil.
    FD2020-20-01317
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring a probe waveguide with NSN:5985016065275WF and P/N:7915907. A probe waveguide is typically used for measuring and testing electromagnetic waves in a waveguide system. It allows for the transmission and reception of signals within a waveguide structure. The procurement is for a specific part number and National Stock Number (NSN), indicating the need for a specific model or type of probe waveguide. Please ensure accurate and detailed information in the summary to avoid any negative consequences.
    Digital X-Ray System
    Dept Of Defense
    The Department of Defense, through the Air Force Materiel Command, is seeking quotes for the procurement of two Digital Radiography (DR) systems to enhance non-destructive inspection capabilities for advanced composite materials and missile components. These systems are critical for replacing outdated equipment used in inspections for military aircraft and missile systems, including the B2, F35, and Minuteman missiles. The estimated procurement value is approximately $150,000, and the successful contractor will be responsible for delivering the equipment to Hill Air Force Base, Utah, while ensuring compliance with federal procurement standards. Interested parties must submit their offers electronically by 1500 MT on February 13, 2025, and direct any inquiries to Lt. Quinn Walsh at quinn.walsh.2@us.af.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.