CEPTOR RF Situational Awareness System at MacDill AFB, Tampa FL
ID: FA481425TF048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Other Computer Related Services (541519)

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 proposals from qualified small businesses for the procurement of a CEPTOR RF Situational Awareness System at MacDill Air Force Base in Tampa, Florida. The requirement includes a Rohde & Schwarz PR200 spectrum analyzer with specific firmware options, a five-year warranty, and various accessories such as antennas and spare batteries, aimed at enhancing the base's capability to detect and manage radio frequency parameters critical for mission success. This system is vital for protecting spectrum-dependent operations and ensuring effective communication by identifying and mitigating risks from electromagnetic radiation emitters. Proposals are due by September 5, 2025, at 10:00 A.M. ET, and must be submitted via email to Andrew Heath at andrew.heath@us.af.mil, with all inquiries directed to both Andrew Heath and Gabrielle Dimaio by August 18, 2025. Vendors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) method.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a requirement for a Rohde & Schwarz PR200 with CEPTOR system for MacDill AFB to proactively support and protect spectrum-dependent mission and weapon systems. This system automatically detects radio frequency parameters, preventing risks from electromagnetic radiation (EMR) emitters to ordnances and identifying interfering frequencies affecting on-base communications in real-time. Key characteristics include specific firmware options, an extended five-year warranty, various accessories like spare batteries and Pelican cases, and HE400 handheld directional antennas and an HE600 omni-directional monitoring antenna. The CEPTOR controller includes software modules for search, observe, data collection, spectrum usage calculation, and signal identification. The required quantity is one RF Spectrum Analyzer (Rohde & Schwarz PR200 with CEPTOR). Delivery is to Bldg 261, 2308 Florida Keys Ave, Tampa Fl 33621, with customer service available during normal duty hours, excluding federal holidays. The terms and conditions specify a five-year warranty.
    The document, FA481425TF048, outlines essential clauses and instructions for federal government solicitations, primarily focusing on Department of Defense (DoD) procurements. Key sections detail unique item identification and valuation requirements, particularly for items costing $5,000 or more, or those with specific DoD management needs. It specifies machine-readable marking using 2D data matrix symbology and mandates detailed reporting of item information through the Wide Area WorkFlow (WAWF) system, including for embedded components. The document also provides comprehensive instructions for electronic invoicing via WAWF, outlining various payment request types and routing data. Additionally, it includes critical offeror representations and certifications covering small business status, veteran-owned businesses, various socio-economic categories, responsible business practices (e.g., regarding child labor, Sudan, Iran, inverted domestic corporations), and compliance with federal regulations like the Buy American Act and Trade Agreements. The aim is to ensure compliance, traceability, and efficient electronic processing within government contracting.
    This document is a Combined Synopsis Solicitation for a 100% Small Business Set Aside to purchase, deliver, and install a new CEPTOR RF Situational Awareness System at MacDill AFB, Tampa, FL. The solicitation number is FA481425TF048, with a NAICS code of 541519 and a size standard of $34.0 million. Proposals must be for a brand name CEPTOR RF Situational Awareness System, including a PR200 portable receiver with firmware options, a five-year warranty extension, accessories, HE400 handheld directional antenna handle and elements, and a HE600 omni-directional monitoring antenna. Quotes are due by September 5, 2025, at 10:00 A.M. ET, and must be emailed to andrew.heath@us.af.mil. All questions must be submitted by August 18, 2025, at 10:00 A.M. ET to both gabrielle.dimaio@us.af.mil and andrew.heath@us.af.mil. Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Vendors must be registered in the System for Award Management (SAM) to be considered. The document also includes clauses on Ombudsman services and Health and Safety on Government Installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 39 units of antennas, specifically NSN 5985-01-308-1819, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including Aerospace & Commercial Technologies and Lockheed Martin Corporation, and the government requires delivery within 180 days to Hill AFB, Utah. This solicitation emphasizes the importance of quality conformance and export control of technical data, and interested vendors must have an approved Joint Certification Program (JCP) certification to access the necessary data. Proposals will be evaluated based on price, delivery, and past performance, with the solicitation expected to be available around November 10, 2025, on the DLA Internet Bid Board System (DIBBS). For further inquiries, interested parties can contact Angie Hernandez at Angie.Hernandez@dla.mil or by phone at 614-693-0248.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Buyer not available
    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), numbered FA8750-23-S-7009, is an open, two-step process that will accept initial submissions in the form of white papers until September 19, 2028, with formal proposals accepted 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 Amber Buckley for contractual questions at amber.buckley@us.af.mil, and are encouraged to monitor the SAM website for any amendments to the announcement.
    Advanced Multiplexed Eddy Current Array
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) Waveform onto operationally relevant software-defined radios. This Request for Information (RFI) aims to identify vendors capable of performing waveform porting, integration and testing, and obtaining necessary certifications, including NSA Type-1 and airworthiness, along with providing documentation and training. The SEDR waveform is critical for enhancing communication capabilities in tactical environments, ensuring operational readiness for military applications. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    PL EA - Vehicle Mounted ESEA System RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.