USAFA Anechoic Chamber Modernization
ID: FA700025Q0024Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

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, through the United States Air Force Academy (USAFA), is seeking vendors capable of modernizing its Anechoic Chamber, which is critical for electromagnetic testing and research. The project involves replacing deteriorating foam absorbers and related equipment to ensure accuracy and safety during training in antenna theory and electronic warfare. Key requirements include the installation of high-performance, closed-cell polystyrene absorbers with a minimum lifespan of 25 years, as well as durable walkway absorbers and technical specifications for an electric antenna stand and turntable. Interested vendors should contact Ronald Wilson at ronald.wilson.26@us.af.mil or Brianna Morphis at brianna.morphis@us.af.mil for further information, as this Sources Sought notice is part of preliminary market research and does not obligate the government to solicit proposals at this stage.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force Academy (USAFA) has issued a Sources Sought Request for Information (RFI) to identify vendors capable of providing services for an Anechoic Chamber, essential for electromagnetic testing and research. The chamber, used for training in fields like antenna theory and electronic warfare, requires the replacement of deteriorating foam absorbers and related equipment due to compromised accuracy and safety. Key requirements include the installation of high-performance, closed-cell polystyrene absorbers, designed for a minimum 25-year lifespan, resistant to environmental degradation and damage. The installation must ensure comprehensive coverage of the chamber's surfaces and include durable walkway absorbers for personnel access. Further specifications detail the technical standards for an electric antenna stand and turntable, both of which must meet quality control benchmarks and demonstrate effective operational capabilities across specified temperature ranges and electrical standards. This RFI serves as a preliminary step for market research and does not obligate the government to solicit proposals at this stage, while also indicating that any future solicitations will be announced via the Contract Opportunities website (sam.gov). Interested vendors are encouraged to respond to demonstrate their capabilities relative to these requirements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    RFQ - 711 HPW/RHDR 10kW Amplifier System
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for a 10kW amplifier system to replace outdated equipment at the 711 HPW/RHDR, with a focus on enhancing research capabilities in high peak power continuous and pulsed microwave applications. The procurement requires a system that meets specific technical specifications, including a frequency range of 1-6 GHz and a minimum power output of 8 kW to 10 kW, ensuring compatibility with existing infrastructure and operational efficiency. This upgrade is critical for ongoing bioeffects research, with a desired delivery timeline of 18 months post-award to Fort Sam Houston, Texas. Interested small businesses must submit their quotes by April 1, 2025, and can direct inquiries to Contracting Officer Chris Stokes at chris.stokes.1@us.af.mil.
    Building Supply
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
    B-52 AN/ARN-67 GLIDESLOPE RECEIVER COATING REMOVAL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the non-destructive removal of a polyurethane resin coating from the Printed Circuit Board of the B-52 AN/ARN-67 Glideslope Receiver. This Request for Information (RFI) aims to identify vendors with the expertise to perform this specialized task, emphasizing the importance of maintaining security clearance for personnel handling sensitive materials. The work is critical for military navigation systems, and the government encourages both small and large businesses to respond, highlighting the potential for teaming arrangements. Interested vendors should submit documentation detailing their qualifications, experience, and quality assurance processes to Mustapha Ceesay at mustapha.ceesay@us.af.mil or Jason Massengale at Jason.Massengale@us.af.mil by the specified deadlines, as this RFI is for planning purposes only and does not guarantee contract awards.
    B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
    Radio Systems Upgrade (RSU) International Airborne Advanced Warning and Control Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for a Radio System Upgrade (RSU) for the International Airborne Advanced Warning and Control System (AWACS) based at Hanscom AFB, MA. The objective is to identify potential contractors capable of integrating new radio systems, including HF solutions and ARC-210 radios, while ensuring compliance with Tactical Secure Voice Cryptographic Interoperability Specification (TSVCIS). This upgrade is critical for enhancing the operational capabilities of the AWACS, which plays a vital role in airborne surveillance and command and control operations. Interested parties must submit their qualifications, including analogous experience and business size, within 15 calendar days of the notice's publication, and should direct inquiries to Celina Campbell at celina.campbell@us.af.mil or John Ballou at john.ballou@us.af.mil. The performance period for the project is projected from September 2026 to September 2030, and firms must be registered in the System for Award Management (SAM) to be eligible.
    AN/ALQ-131 Electronic Countermeasures (ECM) Pod Parts Sources Sought Synopsis
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential suppliers for parts related to the AN/ALQ-131 Electronic Countermeasures (ECM) Pod through a Sources Sought Synopsis. The objective is to identify companies capable of designing, manufacturing, and qualifying parts that are compatible with specified Northrop Grumman part numbers, emphasizing the need for expertise in handling classified materials. This procurement is crucial for maintaining the operational effectiveness of electronic countermeasure systems used by the Air Force. Interested parties, including both large and small businesses, are encouraged to submit their capabilities and relevant experience by May 31, 2025, to Daniel Daniels at daniel.daniels.2@us.af.mil, adhering to the guidelines for classified and unclassified submissions.
    TPS Classroom Network Consoles for Building B2750
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Test Pilot School (TPS), is seeking proposals for the design and installation of classroom network consoles in Building B2750 at Edwards Air Force Base, California. The project aims to create customizable consoles for 36 users, integrating various technology equipment while adhering to SCIF security standards, including TAA and TEMPEST compliance. This initiative is crucial for enhancing the technological capabilities of training environments while ensuring operational security. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Justin T. Fobel at justin.fobel@us.af.mil or Brianna Vicsotka at brianna.vicsotka.1@us.af.mil.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.