Intent to Sole Source - GoSilent Cube with Cisco Router
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Other Computer Related Services (541519)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole-source procurement action for the acquisition of a GoSilent Cube and a Cisco Catalyst Router from Weapons and Tactics Alliance Group. This procurement is critical for enhancing communications security capabilities, as these items are essential components in secure communication systems. Interested parties are invited to provide rationale for their consideration by the government, with responses due by Friday, April 4, 2025, at 12:00 PM PST. For inquiries, interested firms may contact Adam Lynn at adam.lynn@us.af.mil or by phone at (520) 228-4183.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    TACLANE-FLEX Customizable Encryption Platform
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Cisco Ethernet and Passive Optical Transport System Class J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cisco brand-name Ethernet and Passive Optical Transport System (POTS) equipment for the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base. This procurement involves out-of-band transport switches, Ethernet switches, and related management and monitoring hardware/software, with an estimated cost of $12 million. The justification for limiting the sources to Cisco is based on the existing infrastructure and the need to avoid significant cost duplication and delays that would arise from using alternative brands, ensuring compatibility and interoperability within the Air Force's network. For further inquiries, interested parties can contact Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil.
    KI-492 National Security Agency (NSA) Certification
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to award a sole-source contract to Innoflight for the KI-492 National Security Agency (NSA) certification Engineering Change Proposal (ECP), which includes necessary software updates and fixes for the KI-492 encryption device. This procurement is critical for ensuring the device's compliance with NSA requirements for secure communications, as the KI-492 is integral to the SDA's operations, particularly for Tranche 2 applications. Interested parties may express their interest and provide a description of how they can fulfill the requirements by emailing the primary contact, Marco Castaneda, by December 22, 2025, at 5:00 PM EST. The anticipated contract will be a firm-fixed price agreement, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for award.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for Operational Support Airlift/Executive Airlift Combined Commercial Satellite Communications Services. This contract aims to provide global communications connectivity for U.S. Senior Leaders aboard the OSA/EA fleet, which includes aircraft such as the VC-25A/B and C-32A, among others. The services are critical for supporting high-level government officials, including the President and Secretary of Defense, during their operations. The contract is set for a duration of two years and seven months, from April 1, 2026, to October 31, 2028, with a small business size standard of $44 million under NAICS code 517410. Interested parties can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil or Karla Delaney at karla.delaney@spaceforce.mil.
    58--MODEM,COMMUNICATION, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of communication modems. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The items are critical for maintaining operational capabilities in communication systems, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days, and inquiries should be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil.