Power Calibrators
ID: 6973GH-24-Q-00278Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of eighty Radio Frequency (RF) Power Calibrators, which are critical for the Terminal Doppler Weather Radar (TDWR) system to enhance operational safety and efficiency within the National Airspace System. The selected contractor will be responsible for manufacturing these units in accordance with strict specifications provided by Raytheon, ensuring compliance with rigorous electrical, mechanical, and environmental standards, with deliveries scheduled in phases over a specified timeline. Interested parties must submit their proposals by October 14, 2024, at 2:00 PM Central Time, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov by October 7, 2024, to ensure timely responses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a technical specification for the RF Power Calibrator, outlined by Raytheon Company. It details the design requirements, operational parameters, and testing standards for the device, particularly emphasizing compliance with FAA-G-2100e standards. Key technical specifications include operating frequency range (5.6 to 5.65 GHz), input power requirements (+12 V DC and -12 V DC), voltage standing wave ratio (VSWR) not exceeding 1.30:1, and DC output precision. The document also specifies mechanical and environmental conditions the unit must withstand, including temperature ranges and humidity levels. Quality assurance provisions are outlined to ensure manufacturing consistency and reliability, with a specific focus on configuration management and process control. The document concludes with packaging and delivery requirements, indicating the standards for shipping the product. The overall purpose aligns with government requests for proposals (RFPs) for highly technical components, aiming to provide clear specifications for potential suppliers to meet government standards and requirements effectively.
    The Statement of Work (SOW) outlines the procurement of eighty Radio Frequency (RF) Power Calibrators for the Terminal Doppler Weather Radar (TDWR) system, essential for enhancing operational safety and efficiency within the National Airspace System. The contractor is tasked with manufacturing these units, adhering strictly to specifications provided by Raytheon, and ensuring compliance with set technical standards. Deliveries are structured in a phased schedule: twenty units to be supplied initially within 150 days of the order, followed by monthly shipments until completion. Each unit must meet rigorous electrical, mechanical, and environmental specifications, ensuring reliable operation across various conditions. The contractor will also provide detailed test data for each unit, and all items must be packaged suitably to prevent damage during shipment. A five-year warranty is required from the date of final acceptance of the last unit delivered. Overall, the document emphasizes the importance of high standards in the manufacturing and delivery process to support the TDWR system's operational goals.
    The document discusses several aspects of government Requests for Proposals (RFPs) and grants, with a primary focus on identifying funding opportunities and requirements for federal and state-level projects. It outlines the significance of understanding the criteria and guidelines for submitting proposals, emphasizing the importance of compliance with governmental standards to secure financial support. Key points include an overview of the RFP process, including pre-submission activities, submission deadlines, and evaluation criteria. The document likely stresses essential elements such as project feasibility, budget constraints, and the necessity for clear objectives in proposals. Additionally, it reiterates the need to align project goals with government priorities and the overall impact on community needs. The purpose of this document is to facilitate knowledge among stakeholders about the nuances of successfully navigating the landscape of federal and state funding opportunities, thereby increasing the likelihood of obtaining financial resources for various initiatives. It encourages thorough preparation and adherence to guidelines to enhance submission quality and overall project viability.
    Lifecycle
    Title
    Type
    Power Calibrators
    Currently viewing
    Solicitation
    Similar Opportunities
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of receiver-transmitters, identified by NSN: 7RE 5841 010874423 and part number HG7194C1, with a total quantity of 8 units. This procurement is critical for enhancing radar equipment capabilities, which play a vital role in airborne operations and defense systems. Interested vendors must ensure they are an approved source prior to award, and if not, they must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals should be submitted via email to Joshua Seltzer at joshua.j.seltzer.civ@us.navy.mil by the specified due date, with early and incremental deliveries preferred.
    6973GH-24-R-00153 - CBP CBTT ERT #2 - SIR
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the procurement of two Electrical Resistivity Tomography (ERT) systems to support the U.S. Customs and Border Protection (CBP) in detecting cross-border tunnels and related illegal activities. The procurement includes the supply, delivery, and training associated with the ERT systems, which are critical for enhancing national border security measures. Interested vendors must ensure that all items meet specified requirements, including a minimum one-year warranty, and deliver the complete systems within 84 calendar days post-award. Proposals are due by 4:00 p.m. Central Time on October 11, 2024, and should be submitted electronically to Tamara Maxwell at Tamara.M.Maxwell@FAA.gov, with "6973GH-24-R-00153 - CBP CBTT ERT 2 - SIR" in the subject line.
    C-135 REGULATOR, FREQUENCY
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a five-year requirements contract focused on the repair of Frequency Reference Auto Parallel (FRAP) units, under solicitation number FA8117-24-R-0035. This procurement aims to ensure the operational readiness of critical aircraft components by establishing a reliable source for maintenance and repair services, emphasizing firm-fixed pricing and options for unforeseen requirements. Interested contractors must adhere to specified delivery schedules and quality assurance inspections, with bids due by October 30, 2024. For further inquiries, potential bidders can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Alexis Garcia at alexis.garcia.18@us.af.mil.
    RF Tranceiver with Protection Switch
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure eight RF, Ka-Band Transceiver subassemblies with Protection Switch from Quinstar Technology, Incorporated, as part of a presolicitation notice. The procurement is based on the unique proprietary design and manufacturing processes developed by Quinstar, which are essential for the functionality of the PATRIOT radar system. Interested firms that believe they can meet the requirements are invited to submit a capability statement by October 7, 2024, at 3:00 PM PST, referencing solicitation number N6893624Q0258. For inquiries, contact Robert Roulusonis at robert.a.roulusonis.civ@us.navy.mil or Scott Hansen at scott.c.hansen.civ@us.navy.mil.
    Attenuator Variable - RFQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting a firm-fixed price contract for the procurement of a variable attenuator, specifically part number 84908-60006, from Keysight Technologies, Inc. This requirement is sole sourced, indicating that only Keysight Technologies can fulfill the contract due to its unique capabilities related to the calibration weapon system. The contract stipulates a production lead time of 120 days after award, with delivery to Tobyhanna, PA, and includes specific packaging, inspection, and acceptance criteria. Interested parties should direct their inquiries to Cheyenne Daniels at cheyenne.daniels@dla.mil or Michael Romine at michael.1.romine@dla.mil for further details regarding the solicitation process.
    59--RADOME
    Active
    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 a RADOME, a critical component used in various military applications. The procurement requires adherence to specific quality assurance standards and documentation, including compliance with military specifications and standards, as well as government source inspection. This contract is vital for ensuring the operational readiness of naval systems, with a firm-fixed price structure and a delivery timeline of 274 days after receipt of order. Interested vendors must submit their offers by 4:30 PM Eastern Time on October 21, 2024, and can direct inquiries to Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to repair ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with the government encouraging participation from small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to the Sources Sought notice via email and complete a Source Approval Request (SAR) to be considered, with no funding or contractual obligations currently in place. For further inquiries, contact the 424th SCMS at 424SCMS.RFI.Responses@us.af.mil or Michael Falconer at michael.falconer.1@us.af.mil.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Request for Information (RFI) - Solid-State Power Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is conducting a Request for Information (RFI) to gather market research on solid-state power amplifiers (SSPAs) that operate within the frequency range of 43.5 GHz to 45.5 GHz, with a minimum RF output power requirement of 80 W. This initiative aims to assess the current advancements in SSPA technologies, which are crucial for air, ground-fixed, and transportable communication systems, as the Air Force plans to procure approximately 120-150 units starting in the first quarter of FY26. Interested parties are encouraged to provide detailed responses regarding their capabilities, production readiness, and relevant technologies, with written responses due by 4:00 PM EDT on October 21, 2024, and questions accepted until September 23, 2024. For further inquiries, respondents may contact Michael Pacheco at michael.pacheco.4@us.af.mil or Jacquelyn Kelly at jacquelyn.kelly@us.af.mil.