C-Band Transponders
ID: W911S225U0635Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

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

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. This procurement is aimed at acquiring Brand Name or equal transponders, which will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. These transponders are critical for various military applications, including search, detection, navigation, and guidance systems. Interested small businesses are encouraged to reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.

Files
No associated files provided.
Lifecycle
Title
Type
C-Band Transponders
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
UMTE - Transmitter
Buyer not available
The Defense Logistics Agency, specifically DLA Aviation at Ogden, UT, is seeking proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. This solicitation emphasizes the importance of compliance with military packaging and marking standards, as outlined in the accompanying documentation, which includes requirements for preservation, packaging, and shipping of military and hazardous materials. The successful contractor will be responsible for adhering to strict guidelines, including the submission of a Counterfeit Prevention Plan and a First Article Test Plan, ensuring the integrity and traceability of the supplied equipment. Proposals must be submitted by May 30, 2025, with inquiries directed to Travis Bodily at travis.bodily@us.af.mil.
Spare Parts to Support the Satellite Transportable Terminal: AN/TSC-208
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a five-year Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract to procure spare parts for the Satellite Transportable Terminal: AN/TSC-208. This procurement is critical for maintaining operational readiness, as it involves parts exclusively supplied by Kratos Antenna Solutions Corporation, with no alternatives accepted. The contract has a maximum value of $15 million and a minimum value of $100,000, with all deliveries to be made to a designated facility in New Cumberland, PA. Interested vendors should direct inquiries to Ernie Wang at ernie.wang@dla.mil, and note that the acquisition will not be set aside for small businesses.
66--TRANSMITTER,POSITIO, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of the transmitter, position, under a presolicitation notice. The acquisition is partially set aside for small business concerns, with specific set-aside types to be detailed in the forthcoming solicitation. This procurement is critical as the government lacks sufficient data to purchase the part from sources other than the current supplier, emphasizing the importance of these flight instruments for operational readiness. Interested parties should contact Jena Visconto at (215) 697-2910 or via email at JENA.VISCONTO@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 16 units of the Receiver-Transmitter (NSN: 7RE 5841 010874423, PN: HG7194C1). This procurement is critical for enhancing radar equipment capabilities, which play a vital role in airborne detection and navigation systems. Interested vendors must ensure they are an approved source, as government source approval is required prior to award; proposals must be submitted via email to Joshua Seltzer by the specified due date. For further details, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
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.
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.
Calibration Sets (CALSETS) 9kHz to 3 GHZ Signal Generators
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of 9 kHz to 3 GHz Signal Generators, intended for use in Army Calibration Laboratories. These signal generators will be utilized for the calibration of various equipment, including Radio Test Sets, Frequency Counters, Navigation Test Sets, RADAR Test Sets, and RF Power Test Sets, highlighting their critical role in ensuring the accuracy and reliability of military communications and navigation systems. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to Cynthia Jackson at cynthia.l.jackson76.civ@army.mil or by phone at 520-691-7570 for further details.
3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.
Purchase of a Mobility Enhanced Spectrum Analyzer (MESA) and DopeScope
Buyer not available
The Department of Defense, specifically the Army Counterintelligence Service, is soliciting bids for the purchase of a Mobility Enhanced Spectrum Analyzer (MESA 2.0) and Dopescope, which are critical for technical surveillance countermeasures. The procurement requires brand-name equipment from Research Electronics International (REI) to meet stringent military performance standards, including advanced features for frequency data analysis and RF detection capabilities. This equipment is essential for various applications, such as eavesdropping detection and RF emissions analysis, ensuring the security and integrity of military communications. Interested small businesses must submit their quotes by the specified deadline, with the contract expected to be awarded based on the lowest priced technically acceptable offer. For inquiries, contact Arnold H. Singleton at arnold.singleton@us.af.mil or call 586-239-5917.
99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 13 units of the Receiver Transmitter, in repair/modification of NSN 0R-0098-LLZ98S445-CC. This procurement is a sole source requirement intended for L3 Technologies Inc., as the government lacks sufficient data to contract with other sources. The items are critical for military operations and are subject to Free Trade Agreements and Government Source Approval prior to award. Interested vendors must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online, and can direct inquiries to Cody P. Cameron at cody.p.cameron.civ@us.navy.mil. The contract will be awarded following the submission of proposals, with no specific funding amount disclosed.