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
    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
    Similar Opportunities
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Intent to Award Sole Source - LabSat 4
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for the procurement of a LabSat 4 Global Navigation Satellite System (GNSS) Radio Frequency Record and Replay System, along with necessary accessories, at Wright-Patterson AFB in Ohio. This acquisition is critical for the GNSS Trust Validation System project, as the LabSat 4 is the only system that meets all technical requirements and is compatible with existing assets, thereby minimizing training and upgrade needs. The contract will be awarded to Racelogic USA Corp, the sole manufacturer and distributor of the LabSat 4, following a determination that no competitive proposals will be solicited. Interested parties may submit responses or inquiries to Mike Hornberger at michael.hornberger.1@us.af.mil by December 24, 2025, at 9:00 AM Eastern Time.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    58--CONTROL-MONITOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the CONTROL-MONITOR, identified by NSN 5895014543048. This solicitation is part of a Request for Quotation (RFQ) process, and the approved sources for this item include specific manufacturers, ensuring compliance with established standards. The CONTROL-MONITOR is critical for communication and detection systems, playing a vital role in defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil, with the deadline for submissions being 138 days after the award date.
    Sole Source Combined Synopsis/Solicitation - Alta Data parts Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is issuing a sole source combined synopsis/solicitation for the procurement of specialized PCI Express cards and SCSI cable assemblies from Alta Data Technologies, LLC. The requirement includes the purchase and shipment of three units each of the PCIE4L-1553-4F-AT interface modules and SCSI-1553-4-01-T cable assemblies, which are critical for the Embedded Diagnostics System Re-Engineering Proof of Concept at Robins Air Force Base in Georgia. These components are essential for system test capabilities within the C5 Systems Integration Lab, and their proprietary nature necessitates sourcing exclusively from Alta Data Technologies to avoid significant project delays and additional costs. Interested parties can reach out to primary contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or secondary contact Teresa Duval at teresa.duval@us.af.mil for further information. The delivery of the products is required within 60 days of contract award, and the procurement falls under NAICS code 334515.
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 15 units of a specific DISPLAY UNIT from CUBIC DEFENSE APPLICATIONS, INC. This procurement is being conducted on a sole source basis due to the unique nature of the item, which is the only known source capable of providing the required support, as the government does not possess the necessary data to source it from other suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations can contact Anna M. Kiessling at (215) 697-3752 or via email at anna.m.kiessling.civ@us.navy.mil.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.