10 SOPS/Solid State Power Amplifiers
ID: FA255025Q0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking quotations for one Solid State Power Amplifier (SSPA), model PA-1038 from WV Communications, to support operations at the 10th Space Operations Squadron located in Point Mugu, California. This procurement is crucial for maintaining current operational levels and is set aside exclusively for small businesses under the NAICS code 334220. Interested vendors must submit their quotes via email by April 4, 2025, and ensure compliance with various federal regulations, including active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Emily Heck at emily.heck@spaceforce.mil before the question deadline of April 1, 2025.

Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The document addresses a request for information (RFI) concerning the availability of an incumbent contractor for a specific requirement. The key point conveyed is that there is currently no active incumbent contractor fulfilling this requirement. This insight indicates an opportunity for potential vendors to enter the bidding process, as the absence of an incumbent might create a more competitive landscape for future proposals. This context is significant for stakeholders involved in federal grants and RFPs, as it opens the door for new bids and innovations in the field. The succinct response directly answers the query while highlighting the potential for engagement from interested contractors in the absence of current commitments. Overall, the document serves to clarify the contractor landscape related to the specified government requirement.
Apr 2, 2025, 10:08 PM UTC
The document FA255025Q0018 outlines various clauses and requirements applicable to government contracts, particularly involving the procurement of defense equipment and services. It includes clauses related to the compensation of former DoD officials, whistleblower rights, safeguarding defense information, and environmental considerations such as prohibitions on hexavalent chromium and sourcing from regions with human rights concerns, specifically the Xinjiang Uyghur Autonomous Region. Key points highlight the importance of compliance with unique item identification for items valued over $5,000, and the mandatory reporting requirements for contractors. The Wide Area Workflow (WAWF) system is emphasized for efficient electronic invoicing and payment processing. Additionally, provisions regarding the handling of telecommunications equipment from sanctioned entities and guidelines for maintaining sustainable practices are noted. The document serves to standardize terms for federal government acquisitions, ensuring that contractors adhere to federal regulations while addressing security, safety, and ethical sourcing. This comprehensive approach aims to enhance accountability and integrity within government contracting processes.
Apr 2, 2025, 10:08 PM UTC
The Independent Government Estimate Form details a procurement for a 10 SOPS Solid State Power Amplifier, specifically the WV Communications MFG Part# PA-1038. The document outlines logistical information regarding the purchase, which includes a single item to be acquired under the category of solid-state power amplifiers. It lists the quantity as one unit, noting the unit cost and the total estimated product cost. The form is prepared by the 10 SOPS, emphasizing the systematic approach to budget planning and procurement processes commonly employed in federal contracting. Additionally, there is a section indicating a space for potential discounts on the item. This file serves as a crucial component in the federal government's request for proposals (RFPs) and grants, ensuring transparency and accountability in funding allocations for essential supplies and services.
Apr 2, 2025, 10:08 PM UTC
The solicitation FA255025Q0018 from the 50th Contracting Squadron seeks quotations for one Solid State Power Amplifier (SSPA) from WV Communications, specifically the model PA-1038, to support the 10th Space Operations Squadron at Point Mugu, CA. This Request for Quotation (RFQ) is limited to small businesses under the NAICS code 334220. Bidders are required to submit quotes via email by April 4, 2025, and must include essential details such as CAGE number, Unique Entity Identifier, and estimated delivery date. The evaluation will prioritize technical acceptability and price, with awards going to the lowest priced technically compliant offer. Additional mandates include having an active System for Award Management (SAM) registration and adhering to various federal regulations related to compliance, contract integrity, and sourcing. Questions can be posed until April 1, 2025, to the designated contacts. The document stipulates strict compliance with procurement regulations to ensure fair competition and reliability in contractor capabilities. Overall, this solicitation illustrates the government's ongoing focus on facilitating small business participation while acquiring essential technological equipment for military operations.
Apr 2, 2025, 10:08 PM UTC
The document outlines a solicitation issued by the 50th Contracting Squadron for the procurement of Solid State Power Amplifiers (SSPA), specifically the WV Communications Model PA-1038, necessary for maintaining operations at the 10th Space Operations Squadron. The solicitation, structured as a Request for Quotation (RFQ), specifies a total quantity of one amplifier, with a submission deadline for quotes set for April 4, 2025. The solicitation is designated as a total small business set aside under NAICS code 334220, aligning with federal guidelines to support smaller enterprises. Vendors must submit quotes via email, including specific documentation such as a cover letter detailing identification numbers, contact information, an estimated delivery date, and an acknowledgment of offer validity for at least 60 days. The solicitation emphasizes firm-fixed pricing and mandates vendors to have an active System for Award Management (SAM) account to be eligible for award. The evaluation process favors the lowest priced offer that meets technical acceptability criteria, necessitating that vendors provide thorough information within a six-page limit to facilitate comparisons. Overall, this solicitation reflects standard government procurement processes, ensuring fairness while promoting small business participation in federal contracts.
Apr 2, 2025, 10:08 PM UTC
The solicitation FA255025Q0018 Amendment 2 issued by the 50th Contracting Squadron seeks quotations for one Solid State Power Amplifier (SSPA) from WV Communications, specifically part number PA-1038, to support operations at the 10th Space Operations Squadron. The solicitation is a Request for Quotation (RFQ) set aside for small businesses, adhering to a firm-fixed-price contract model. Vendors must submit quotes via email by April 4, 2025, and include essential details such as a cover letter with contact information, commercial and government entity identifiers, price breakdowns, and delivery timelines. Technical acceptability and price will be the primary evaluation criteria for bids. Vendors will not be contacted for clarifications post-submission; thus, it is emphasized that initial quotes be competitive. Questions regarding the solicitation are required to be submitted by April 1, 2025. Active System for Award Management (SAM) registration is mandatory for eligibility. The document also includes various federal regulations and clauses that will govern the procurement process, confirming compliance and outlining responsibilities for vendors involved.
Apr 2, 2025, 10:08 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
59--AMPLIFIER,RADIO FRE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 23 units of a Radio Frequency Amplifier for repair and modification purposes. The procurement involves a specific National Stock Number (NSN 7H-5996-012603981-GL) and is classified under the PSC code 5996, indicating it pertains to amplifiers. This equipment is critical for military operations, and the government intends to negotiate with a single source due to the unavailability of competitive data necessary for a broader solicitation. Interested parties should contact Kara Wiest at (717) 605-1313 or via email at kara.c.wiest.civ@us.navy.mil for further details, with a response deadline of 45 days from the notice publication date.
AMPLIFIER,RADIO FRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 17 units of a Radio Frequency Amplifier, specifically NSN 5996-01-701-1257, which is a sole source item from L3Harris Global Communications. This procurement is critical for military applications and will follow FAR Part 15 guidelines, emphasizing a combination of price, past performance, and delivery in the evaluation process. Interested suppliers must submit their proposals electronically via DIBBS or email to the Acquisition Specialist, Cerita Sellers, with a required delivery timeframe of 410 days and a solicitation release date of March 31, 2025. For further inquiries, suppliers can contact Cerita Sellers at (614) 692-4005 or via email at Cerita.Sellers@dla.mil.
59--AMPLIFIER,RADIO FRE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking to procure 18 units of a Radio Frequency Amplifier under a presolicitation notice. The procurement is aimed at acquiring supplies for which competitive solicitation is not feasible due to the unavailability of necessary data and specifications. These amplifiers are critical components for various defense applications, emphasizing the importance of reliable and specialized equipment in military operations. Interested parties are encouraged to contact Kara Wiest at (717) 605-1313 or via email at KARA.C.WIEST.CIV@US.NAVY.MIL for further details, with a response deadline of 45 days from the notice publication date.
59--AMPLIFIER,RADIO FRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the Radio Frequency Amplifier (NSN 5996013923165). This solicitation is a Total Small Business Set-Aside, aimed at sourcing electrical and electronic equipment components essential for military applications. The selected vendor will be required to deliver the amplifiers to DLA Distribution within 172 days after order, with all quotes to be submitted electronically as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's online platform.
SPRWA125Q0005 E-3 AIC-28
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotations for five AIC-28 Public Address Amplifiers for the E-3 Airborne Warning and Control System (AWACS) aircraft, with the solicitation set to be released on April 1, 2025. These amplifiers are critical components of advanced communication systems, ensuring secure and reliable communication between aircraft, ground stations, and command centers. The procurement emphasizes compliance with high-quality standards, including ISO 9001-2015, and adherence to the Buy American Act, with a delivery timeline of 180 calendar days post-award. Interested vendors must submit their proposals by May 1, 2025, and can contact April Walls at april.walls@us.af.mil for further information.
Amplifier
Buyer not available
The Defense Logistics Agency (DLA) Aviation is seeking qualified suppliers for the procurement of 14 amplifiers, specifically the NSN 5996-01-433-3730, intended for use in the AN/FPQ-16 PARCS Radar system. This acquisition is restricted to qualified sources, including Pacific Electronic Enterprises, Elbit America, and Decryptor, Inc., with interested contractors required to submit a qualification package to become eligible. The procurement emphasizes compliance with military standards and includes specific requirements for First Article Testing and a Counterfeit Prevention Plan to ensure product reliability and integrity. Interested parties must submit their offers by April 30, 2025, and can contact Scottina Malia at scottina.malia@us.af.mil for further information.
59--AMPLIFIER,RADIO FRE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a radio frequency amplifier under a presolicitation notice. The procurement involves the repair and modification of the amplifier, identified by NSN 7H-5996-016819587, and is designated as an 8(a) Sole Source opportunity, indicating that it will be negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. This amplifier is crucial for military applications, and the contract will be awarded only to a qualified source that meets the required specifications. Interested parties should contact Russell W. Kreider at (717) 605-3918 or via email at RUSSELL.W.KREIDER.CIV@US.NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
NAWCAD WOLF-Satellite Antennas
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is soliciting quotes for the procurement of Low Profile Flat SATCOM Antennas from RF Concepts, under a firm fixed-price contract. This procurement is a brand name only solicitation, emphasizing the need for authorized distributors or resellers to provide the specified antennas, which are critical for satellite communication applications. Interested vendors must submit their quotations by 5:00 PM Eastern Time on April 30, 2025, and ensure compliance with the Trade Agreements Act, along with providing necessary technical documentation and pricing details. For further inquiries, vendors can contact Jaclyn Porter at jaclyn.l.porter.civ@us.navy.mil.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Best Source Selector (BSS) unit to enhance data selection capabilities at the White Sands Missile Range. The contractor will be required to deliver one complete, functional BSS unit that meets specific technical specifications, including a 19-inch rack mount chassis and the ability to handle 16 input channels, all manufactured in the U.S. This procurement is critical for improving test and evaluation capabilities for future military operations, reflecting the Air Force's commitment to technological excellence. Interested vendors must submit their quotes by May 2, 2025, and can contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.