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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Radio Frequency Amplifier, NSN 5996014811850. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 8M6A5 725691-802. The amplifiers are critical components used in various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after order placement.
    Sources Sought Announcement (SSA) for Procurement of AMPLIFIER SUBASSEMBLY (NSN 5996-01-715-9787) used in the WIN-T INC 1 Reginal Hub Node (RHN) AN/FSC-133 system.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a Sources Sought Announcement (SSA) to identify potential sources for the procurement of the Amplifier Subassembly (NSN 5996-01-715-9787) used in the WIN-T INC 1 Regional Hub Node (RHN) AN/FSC-133 system. The SSA aims to gather information from companies capable of manufacturing or supplying these critical components, which are essential for the operational effectiveness of the WIN-T INC 1 fleet. The government does not possess the technical data package for these parts, and responses will assist in determining the acquisition strategy for future procurement actions. Interested parties are encouraged to submit their capabilities and relevant documentation by December 15, 2025, to the designated contacts, Joseph Weisenberger and Tiffany MacGillivary, via the provided email addresses.
    16--POWER AMPLIFIER ASS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    5895-00-999-2411; AMPLIFIER-POWER SUP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the procurement of an Amplifier-Power Supply (NSN: 5895-00-999-2411) from new manufacture. This solicitation is not set aside for small businesses and is classified as a rated order for national defense, requiring compliance with the Defense Priorities and Allocations System. The procurement includes specific requirements such as Item Unique Identification (IUID), early and partial shipments, and a firm price for 120 days, with delivery to be made FOB Destination. Quotations are due by January 2, 2026, and interested parties can contact Clifford Dockter at clifford.dockter@us.af.mil or Ryan Newton at ryan.newton.4@us.af.mil for further details.
    59--AMPLIFIER,AUDIO-RAD
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of an audio amplifier (NSN 5996016811895) as part of a Combined Synopsis/Solicitation. The requirement includes a single unit to be delivered to the Commanding Officer within 20 days after award, with the approved source being 24854 013F013249-1. This procurement is crucial for maintaining operational capabilities within military communications systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 2,007 antennas under solicitation number NSN 5985015027930. The procurement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to fulfill the needs for electrical and electronic equipment components. These antennas are critical for various military communications and operations, ensuring reliable connectivity and functionality. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    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.
    Sources Sought Synopsis: Repair of the GPS Power System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.