Notice of Intent to Sole Source for UHF/VHF Radios
ID: ACQ-25-H35Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Air Force Test Center (AFTC), intends to issue a sole source contract for the procurement of UHF/VHF radios and related supplies from Collins Aerospace, the original equipment manufacturer. The acquisition includes specific quantities of radios and accessories designed for voice communication over internet protocol (VoIP) and compatibility with existing systems at Edwards Air Force Base, emphasizing the critical need for these unique capabilities. This procurement is essential for maintaining operational continuity, as alternative sources have been deemed inadequate, and the contract is classified as a Firm Fixed Price order. Interested vendors who believe they can meet the requirements must submit their technical packages by 7:00 a.m. Pacific Standard Time on April 4, 2025, to the contracting officer, Christina Day, at christina.day.6@us.af.mil or Victoria Escobar at victoria.escobar.3@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 8:05 PM UTC
The Air Force Test Center (AFTC) has issued a Sole Source Justification for the procurement of Collins Aerospace UHF/VHF radios and related maintenance and training services. This purchase is being classified as a Firm Fixed Price order due to the specific requirements that can only be met by Collins Aerospace, which is the original equipment manufacturer (OEM). The request includes various quantities of radios and accessories tailored for voice communication over internet protocol (VoIP) and compatibility with legacy systems at Edwards Air Force Base. The justification cites statutory authority for bypassing full competition, highlighting that alternative sources either lack the unique qualifications or risk incurring additional costs and delays. Efforts to solicit offers from multiple vendors were undertaken, including product demonstrations from Collins Aerospace and others, but ultimately, no qualified alternatives emerged. The contracting officer has confirmed the anticipated prices will be assessed for fairness based on previous purchases and market conditions. The document underscores a commitment to seek compatible options in future acquisitions while acknowledging the current necessity of Collins Aerospace products for operational continuity at Edwards AFB.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
USAFA - CX300 COMMUNICATION SERVICE MONITORS WITH ADAPTATIONS
Buyer not available
The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a sole source contract for the procurement of CX300 Communications Service Monitors and associated accessories. The requirement includes two CX300 monitors, software unlocks, calibration kits, hard transit cases, and maintenance kits, all essential for maintaining communication systems at the Academy. This procurement is justified under FAR Subpart 13.106-1(b) due to the unique capabilities of a single vendor to meet the stringent quality requirements. Interested vendors must submit their capability statements by April 16, 2025, at 2:00 PM to the designated contacts, Ryan Dague and Kristin Heikkila, via email.
UHF/VHF Radio Transceiver
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for a UHF/VHF Radio Transceiver to be utilized by the 15th Operations Support Squadron at Joint Base Pearl Harbor-Hickam in Hawaii. The required system must operate continuously with AC power, connect to a UHF antenna, and output approximately 10 watts at 90% amplitude modulation, adhering to specific technical specifications including EMI/EMC certification and channel spacing requirements. This equipment is crucial for reliable voice communications in high-reliability environments such as Airport Traffic Control. Interested parties must respond to the RFI by April 15, 2025, providing company information and relevant experience, with inquiries directed to Thomas Hembree at thomas.hembree@us.af.mil.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
Embedded National Tactical Radio (ENTR) V4
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the production of the Embedded National Tactical Radio (ENTR) V4. This procurement aims to secure both footed and non-footed versions of the tactical radio, which is crucial for multi-platform missions, enhancing threat management and situational awareness for U.S. government and Department of Defense operations. Interested contractors are invited to submit their capabilities, demonstrating prior experience and production capacity, with responses due by April 4, 2025. For further inquiries, interested parties can contact Syemeiko Johnston at syemeiko.johnston.1@us.af.mil or by phone at 478-468-0627.
NAWCAD WOLF Voice over Internet Protocol (VoIP) Radio Interface Subsystems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information on the availability of Commercial off the Shelf (COTS) Voice over Internet Protocol (VoIP) Radio Interface Subsystems. The objective is to identify solutions that enable encrypted communication between land-based operators, aircraft, and remote radios while modernizing existing technology and minimizing Space, Weight, and Power (SWaP) requirements. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; however, interested parties are encouraged to submit their capabilities and relevant product information by April 15, 2025, to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil.
RECEIVER,RADIO; Qty: 2
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two radio receivers specifically for use in the P-8 aircraft. This procurement is a sole-source requirement, as the Government does not possess the necessary data to engage alternative suppliers, making Undersea Sensor Systems, Inc. the only approved source for this item. The contract is expected to last for one year, with a projected award date of May 30, 2025, and interested parties may submit capability statements within 15 days of this notice. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
SPRWA125Q0005 E-3 AIC-28
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotations for five AIC-28 Public Address Amplifiers for the E-3 Airborne Warning and Control System (AWACS) aircraft, with the solicitation set to be released on April 1, 2025. These amplifiers are critical components of advanced communication systems, ensuring secure and reliable communication between aircraft, ground stations, and command centers. The procurement emphasizes compliance with high-quality standards, including ISO 9001-2015, and adherence to the Buy American Act, with a delivery timeline of 180 calendar days post-award. Interested vendors must submit their proposals by May 1, 2025, and can contact April Walls at april.walls@us.af.mil for further information.
Best Source Selector
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a "Best Source Selector" device, specifically designed to enhance data selection capabilities at White Sands Missile Range. This procurement aims to acquire a Diversity Combiner/Best Source Selector unit from GDP Space Systems, which must meet specific technical criteria, including support for at least 16 input channels and compliance with Range Commanders Council standards. The contract is set aside for small businesses, with a delivery timeline of 120 days post-order and a submission deadline for quotes by April 14, 2025. Interested vendors should direct inquiries to Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.
58--RADIO UNIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a radio unit, classified under the NAICS code 334290 for Other Communications Equipment Manufacturing. This requirement is designated as a Critical Application Item (CAI) and must be sourced from specified manufacturing sources due to the lack of available technical data or rights for alternative sourcing. The procurement is critical for national defense and emergency preparedness, and interested vendors must submit proposals accompanied by an authorized dealer/distributor letter to ensure compliance. For further inquiries, potential bidders can contact Loraine Smith at 215-737-4371 or via email at LORAINE.SMITH@DLA.MIL.
Sources Sought - Cisco Unified Call Management for VoSIP System
Buyer not available
The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking external partners for a project to upgrade the hardware and software of the Secure Voice Unified Communications Manager (CUCM). The objective is to provide a comprehensive turnkey solution that includes project management, design, installation, programming, configuration, and testing services, all within a classified environment. This upgrade is critical for maintaining secure military communications, ensuring compliance with stringent security protocols and standards. Interested contractors must submit their capabilities and relevant experiences via email to the designated contacts by 12:00 PM CST on April 15, 2025, as this solicitation is part of a sources sought synopsis aimed at informing future procurement strategies.