USAFA - CX300 COMMUNICATION SERVICE MONITORS WITH ADAPTATIONS
ID: F4B6115051AQ01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

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

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 8:00 PM UTC
Description

The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a sole source contract for the procurement of CX300 Communications Service Monitors and associated accessories. The requirement includes two CX300 monitors, software unlocks, calibration kits, hard transit cases, and maintenance kits, all essential for maintaining communication systems at the Academy. This procurement is justified under FAR Subpart 13.106-1(b) due to the unique capabilities of a single vendor to meet the stringent quality requirements. Interested vendors must submit their capability statements by April 16, 2025, at 2:00 PM to the designated contacts, Ryan Dague and Kristin Heikkila, via email.

Files
Title
Posted
The document presents a Single Source Justification related to a contracting action, determining that only one source is reasonably available for a specific contract under the provisions of FAR 13.106-1(b)(1). It emphasizes that the contracting officer, Kristin A. Heikkila, NH03, has made this determination as of April 11, 2025. The justification confirms that the circumstances surrounding this procurement necessitate the selection of a single vendor rather than competitive bidding, ensuring compliance with federal guidelines. The document's context pertains to government Request for Proposals (RFPs) and acquisitions, where justifications of this nature are vital to demonstrate the appropriateness of contracting decisions when competition is limited.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Anticipated Sole Source Award to Futek Advanced Sensor Technology Inc.
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), intends to issue a sole source Firm-Fixed Price Contract to Futek Advanced Sensor Technology Inc. for specialized sensors required for the Aerial Refueling Aircraft Simulator Qualification project. The procurement involves three low profile biaxial thrust and torque sensors, along with NIST traceable load and torque certifications, which are critical for ensuring safety and compliance with high operational standards during flight tests. Futek is uniquely positioned to meet these requirements due to its specialized technology and the urgency of the project, which necessitates adherence to a strict timeline across various military platforms. Interested vendors who believe they can fulfill these requirements must submit a technical package by 2:00 p.m. Pacific Standard Time on April 25, 2025, to the designated contracting specialists via email.
SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contractor for the evaluation, repair, and calibration of specific equipment manufactured by Keysight Technologies, Inc. This procurement includes the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, all of which must adhere to the original manufacturer's specifications due to proprietary constraints. The contract emphasizes the necessity of using the OEM for these services, as Keysight Technologies is the only source capable of providing the required expertise and technical data for calibration and repair. Interested vendors must submit their capability statements by April 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.
Rheometer Attachment
Buyer not available
The Department of Defense, specifically the U.S. Air Force Academy (USAFA), intends to award a sole source contract for a Rheometer attachment to TA Instruments – Water LLC. The procurement aims to acquire a dielectric rheometry module compatible with the existing TA Instruments discovery hybrid rheometer (DHR), which is crucial for advancing materials research and development by enabling simultaneous dielectric and rheological measurements. This specialized equipment is vital for analyzing materials such as PVC, PFDF, PMMA, and other composites, enhancing the Academy's research capabilities. Interested parties may contact Ms. Susan D. Ulma at susan.ulma@us.af.mil for further information, although this is not an invitation for competitive quotes, and responses must be submitted by the specified deadline to be considered.
Sources Sought - SatLite SATCOMs
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential providers of Satellite Communications (SATCOMs) as part of a market research initiative. The procurement aims to identify equipment that meets specific technical characteristics for Sat-Lite feeds, Low Noise Blocks (LNBs), and Low Noise Amplifiers (LNAs) compatible with the Sat-Lite Agilis 2431 Motorized Flyaway Antenna, emphasizing frequency support and cost-effectiveness. This initiative is crucial for enhancing communication capabilities within the Air Force, reflecting a commitment to advancing technology in military operations. Interested vendors must respond by April 30, 2025, and direct any inquiries by May 2, 2025, to the primary contact, William R. Dabbs, at william.dabbs.1@spaceforce.mil or 719-556-6597.
58--DETECTOR,AUDIO FREQ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source item, the DETECTOR, AUDIO FREQ, under NSN 7R-5895-013099126-LA, with a quantity of one unit. This procurement is intended for a Foreign Military Sales (FMS) buy for Australia and is being conducted as a sole source acquisition from L3Harris Technologies Inc., the Original Equipment Manufacturer (OEM), due to the lack of available drawings or data for alternative sources. Interested parties may submit capability statements or proposals within 45 days of this notice, although the government does not intend to delay the procurement process for source approval requests. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
Cryogenic Amplifiers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to procure cryogenic amplifiers through a sole-source contract with Quantum Microwave Components, LLC. The procurement includes several specific Low Noise Factory branded products, such as amplifiers and power supplies, which are critical for the operation of a recently purchased dilution refrigerator. These specialized instruments are essential for measuring and testing electrical signals at cryogenic temperatures, ensuring optimal performance in sensitive applications. Interested parties may submit capability statements to the primary contact, Tabitha Haggart, at tabitha.haggart@us.af.mil, with the anticipated award date set for on or before May 30, 2025. This notice serves as a presolicitation and is not a request for competitive proposals.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.