Pilot to Dispatch Radio
ID: FA521525Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)

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 proposals for a Ground-to-Air UHF/VHF Radio Transceiver to be utilized at a fixed site in Honolulu, Hawaii. This procurement aims to establish a reliable communication system that operates continuously with 24/7 power connectivity, requiring compatibility with a UHF antenna and an output power of approximately 10 watts at 90% amplitude modulation. The radio equipment is critical for effective communication in military operations, emphasizing the need for compliance with technical specifications and operational standards. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to SSgt Thomas Hembree at thomas.hembree@us.af.mil or by phone at 808-471-4352.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposals (RFP) provisions related to government contracts, particularly focusing on compliance with Department of Defense (DoD) regulations. It incorporates multiple clauses addressing various aspects, such as the prohibition of certain telecommunications equipment, requirements regarding small businesses, and specific certification obligations related to items delivered to the government, including unique item identification for items exceeding a specified cost threshold. Key clauses include stipulations for electronic invoicing through the Wide Area WorkFlow (WAWF) system, requirements for representations and certifications by offerors, and conditions surrounding the Buy American Act. The document details the evaluation process for contract proposals, emphasizing the importance of price, technical capability, and past performance. Overall, this RFP encompasses a range of compliance and reporting requirements essential for prospective contractors bidding on DoD contracts, ensuring that operations align with federal regulations while fostering transparency, accountability, and the support of small businesses. Adherence to these provisions is critical for successful contract execution and governmental procurement integrity.
    The document addresses a set of questions and answers related to the UHF/VHF radio communication requirements for the United States Air Force (USAF). It clarifies that only the UHF frequency range (225-399.995 MHz) is needed for the pilot dispatch radio, with a preference for 25 kHz channel spacing as the standard in the US. The radio equipment will not interface directly with a Voice Communication System (VCS) or a recorder and is expected to utilize an existing rooftop antenna, though compatibility is uncertain. A desktop remote control unit is not required as long as the radio has a hand microphone input and built-in speakers. The operator will manage the system in close proximity to the radio, ensuring effective communication. This document serves to establish the technical requirements and expectations for the radio equipment within the context of USAF operations, reflecting the critical nature of reliable communication systems in military environments.
    The document is a Request for Quote (RFQ) issued by the 766 ESS /PKI at Joint Base Pearl Harbor – Hickam for a commercial item, specifically a Ground to Air Radio Transceiver. The solicitation is structured in compliance with FAR guidelines and intends to establish a Firm-Fixed Price contract. The RFQ was issued on April 21, 2025, with a submission deadline of April 28, 2025. It invited offers from various small business categories, including Small Disadvantaged and Woman-Owned businesses, emphasizing a 'Best Value' evaluation criterion for proposals. Important elements include submission guidelines, required details in quotes, and the potential for cancellation without reimbursement. The contract's execution is contingent on the availability of funds. The document outlines the requirements for offer submission, including a signed quote, technical descriptions, pricing, and warranty information. The desired delivery schedule is 30 days post-award, with flexibility for alternative timelines. The communication for queries is directed to the contracting officer, SSgt Thomas Hembree. The overall purpose of the RFQ is to acquire necessary radio communication equipment while adhering to federal contracting regulations and promoting engagement with small businesses.
    The document outlines the salient characteristics required for a specific solicitation in the context of UHF/VHF AM voice communication systems. Key parameters include a frequency range of 225-399.995 MHz, accommodating both 25 kHz and 8.33 kHz channel spacing. The equipment is expected to support continuous operation with AC power capability and must comply with EMI/EMC certification standards. Additionally, the system should provide an output power of approximately 10 watts, maintaining 90% amplitude modulation. This specification reflects the government's intent to procure advanced communication technology that meets operational and regulatory requirements, underscoring the importance of reliability and compliance within governmental operations and communications. The solicitation is likely part of broader federal or state initiatives aimed at enhancing communication infrastructure.
    Lifecycle
    Title
    Type
    Pilot to Dispatch Radio
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Military Radio Systems
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for Military Radio Systems intended for Foreign Military Sales (FMS) to the Royal Thai Army. The procurement aims to fulfill specific requirements for various radio systems, including VHF/FM manpack and vehicle-mounted radios, as well as HF base stations, along with training and support services. These systems are crucial for enhancing communication capabilities within military operations. Interested parties are encouraged to submit their capabilities and Rough Order of Magnitude pricing by 12:00 p.m. EST on January 9, 2026, to Richard Smith at richard.n.smith24.civ@army.mil, as this opportunity may lead to multiple contract awards based on the responses received.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of Receiver-Transmitter units under a federal contract. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the units to a Ready for Issue (RFI) condition, with a stipulated repair turnaround time of 180 days after receipt of the asset. These units are critical for airborne radio and television communication, emphasizing their importance in military operations. Interested contractors can reach out to Chad M. Fichter at 215-697-2782 or via email at chad.m.fichter.civ@us.navy.mil for further details and to express their interest in this opportunity.
    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.
    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.
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating their products, specifically the AM3T radio system, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals for the development of ultra-broadband terahertz radios operating above 100 GHz, aimed at enhancing future Air Force communications capabilities in contested spectrum environments. This Broad Agency Announcement (BAA) is an open, two-step process that will accept initial white paper submissions until September 19, 2028, with formal proposals by invitation only. The total estimated funding for this initiative is approximately $9.9 million, with individual awards ranging from $200,000 to $4 million over a period of up to 36 months, and multiple awards are anticipated. Interested parties should direct technical inquiries to Peter A. Ricci at peter.ricci.1@us.af.mil or 315-330-2427, and contractual questions to Amber Buckley at amber.buckley@us.af.mil or 315-330-3605.
    RADIO FREQUENCY MAN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.