UAS C2 systems for 900MHz and C-Band spectrum
ID: 80NSSC25905950QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking quotations for Unmanned Aerial Systems (UAS) Command and Control (C2) systems that operate within the 900MHz and C-Band spectrum, specifically targeting the procurement of uAvionix products. This requirement includes essential components such as the SkyStation915POE, SkyLink915, and additional systems designed to enhance UAS telemetry and operational capabilities, ensuring efficient communication technology for aerial missions. The procurement is crucial for advancing governmental capabilities in UAV operations, aligning with federal objectives for infrastructure development in this sector. Interested vendors must submit their quotes by July 9, 2025, referencing tracking number 80NSSC25905950Q, and can direct inquiries to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) for the procurement of uAvionix Command and Control (C2) radios and their supporting ground infrastructure, specifically targeting ISM Band (900 MHz) and C-band (5060 MHz) coverage. Key components include the SkyStation915POE and SkyLink915 for the ISM band, along with the SkyStation5060POE, SkyLink5060, and SkyLink5060micro for the C-band, totaling eight items ordered in two sets each for ground and air units. The TruFYX - TSO GPS units are also required for all air radios to ensure functionality. Each listed component includes specifications with links to detailed datasheets. This procurement aims to enhance governmental capabilities in unmanned aerial vehicle (UAV) command and control through advanced communication technology, aligning with the objectives of federal grants and locality funding for infrastructure development in the UAV sector. The emphasis is on securing essential equipment for efficient operational use in aerial missions.
    The NASA Shared Services Center recommends negotiating exclusively with uAvionix for specific radio systems (SkyStation915POE, SkyLink915, and others) necessary for Unmanned Aircraft Systems (UAS) telemetry. The estimated cost and delivery timeframe for this procurement have yet to be defined, but delivery is anticipated within 6-8 weeks. The rationale for this sole-source procurement is based on the unique characteristics of the uAvionix products, which are specifically designed for UAS and already integrated into existing systems—eliminating the need for further testing or integration. Utilizing another vendor could lead to significant delays, increased labor costs, and compatibility issues with current UAS, highlighting the impracticality of competition in this instance. Thus, the recommendation underscores the importance of these brand-name products to ensure efficiency and functionality in UAS operations.
    The National Aeronautics and Space Administration (NASA) is seeking quotations for Unmanned Aerial Systems (UAS) Command and Control (C2) systems operating within the 900MHz and C-Band spectrum, as detailed in the Request for Quotation (RFQ) 80NSSC25905950Q. The solicitation outlines a brand-name requirement and includes a comprehensive bid schedule, instructions to offerors, evaluation criteria, and applicable terms and conditions. Quotes must be submitted by 7/9/2025 and will be evaluated based on specified criteria, particularly addressing provisions for small businesses. Offerors are required to register at sam.gov, include necessary representations regarding telecommunications services, and provide details such as Cage/UEI codes, lead times, and points of contact. The document also addresses compliance with federal regulations regarding telecommunications equipment, disclosures of lobbying activities, and certifications related to child labor and tax liabilities, emphasizing rigorous adherence to procurement standards. This RFQ highlights the government's commitment to obtaining specialized technological capabilities while ensuring transparency and ethical practices in contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    Integration and Setup of Nokia Equipment Services & Vinco Services
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to VINCO INC for the integration and setup of Nokia Equipment Services and Vinco Services, which are critical for supporting initiatives at the Johnson Space Center and Glenn Research Center. The procurement involves the provision and integration of specific Nokia hardware, including 5G and 4G Radio Remote Heads (RRHs) and Baseband Units (BBUs), with responsibilities including initial configuration, shipping, and final on-site integration. Interested organizations are invited to submit their capabilities and qualifications by December 16, 2025, for potential evaluation, although the government reserves the right to proceed with a non-competitive acquisition. For further inquiries, interested parties may contact Laura Quave at laura.a.quave@nasa.gov or call 228-813-6420.
    Starshield terminals with global access subscriptions
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Starshield terminals with global access subscriptions to enhance secure satellite-based data transport services for its Deep Space Network (DSN). The procurement requires the contractor to provide seven terminals with mount kits for redundancy and eight data subscriptions, ensuring continuous encrypted data service with a minimum uplink speed of 20 Mbps, while adhering to stringent data integrity and encryption standards. This initiative is critical for establishing encrypted communication links among DSN ground stations located in Goldstone, California; Madrid, Spain; and Canberra, Australia, thereby improving the resiliency and diversity of NASA's communication capabilities. Interested organizations can submit their capabilities and qualifications by December 15, 2025, at 4:00 p.m. CST, to determine if a competitive procurement is feasible, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    DTS SLICE NANO Hardware
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure DTS SLICE NANO Hardware from Diversified Technical Systems, Inc. (DTS) as a sole source requirement. This procurement is critical for replacing systems that were damaged during SpaceX Bay 12 testing, specifically for the Anthropomorphic Test Device (ATD) used at NASA Langley Research Center (LaRC) for crash testing. The DTS SLICE NANO system is essential for maintaining operational continuity and ensuring the integrity of critical instrumentation data during tests, as utilizing an alternative vendor would jeopardize ongoing operations and lead to significant delays and costs. Interested organizations may submit their capabilities and qualifications by 8 a.m. Central Standard Time on December 16, 2025, to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as the government retains discretion on whether to conduct a competitive procurement process.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    UAS Controlled Via Fiber Optic Cable
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    58--TRANSPONDER,SONAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 68 units of the sonar transponder (NSN 5845015442032). This solicitation is part of a combined synopsis/solicitation and is critical for enhancing communication and detection capabilities within defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all responsible sources are encouraged to participate. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with the deadline for quote submission being 144 days after the award date.