Crown Power Amplifier
ID: 80NSSC26915873QType: Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a Crown Power Amplifier, specifically the HyperSpike TCPA model, as part of a procurement set aside for small businesses. This Brand Name requirement is critical for the Paging & Area Warning System (PAWS) at Kennedy Space Center, ensuring continued safety and weather paging capabilities at key locations where existing spares have been depleted. Interested vendors must submit their quotes by November 25, 2025, and address any contractual or technical questions by November 21, 2025, with all correspondence referencing Notice ID 80NSSC26915873Q. For further details, vendors can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines the procurement of a power amplifier (Crown Amp for HyperSpike TCPA, Model DCI8X600NMX, Quantity 1) for the Paging & Area Warning System (PAWS) at Kennedy Space Center (KSC). This commercial-off-the-shelf item is crucial for maintaining paging capabilities at minimal locations like LC39 Pad B, VAB, and LASF, where existing spares have been depleted. Failure to procure this amplifier would severely reduce or eliminate essential safety and weather paging to personnel. The document also mandates the inclusion of two Artificial Intelligence (AI) related requirement statements in all contracts: one requiring disclosure of AI use during contract performance and another detailing additional contractor requirements when acquiring covered AI systems or services as defined by OMB memo M-25-22.
    This document is a Request for Quotation (RFQ) 80NSSC26915873Q from the National Aeronautics and Space Administration (NASA) Shared Services Center for a Brand Name or Equal To Crown Power Amplifier. Quotes are due by November 25, 2025, at 4:00 p.m. CT to Laura Quave at laura.a.quave@nasa.gov, and contractual/technical questions must be submitted in writing by November 21, 2025, at 1:00 p.m. CT. This procurement is a small business set-aside with NAICS Code 335999. Key requirements include Net 30 payment, FOB Destination delivery to NASA GRC, provision of Cage Code & UEI #, ARO delivery time, and applicable shipping costs. Offerors must be registered at www.sam.gov and complete specific FAR provisions related to telecommunications equipment. The RFQ incorporates various FAR and NASA FAR Supplement clauses by reference and in full text, covering areas like commercial product terms, whistleblower rights, export licenses, and responsibility matters.
    The government file, "Vendor Questions and Customer Response – Crown Amplifier RFQ 80NSSC26915873Q for SATPC0039940," addresses a vendor's question regarding the procurement of a Crown Amplifier. The vendor inquired whether they were required to purchase the amplifier using a "Hyperspike SKU" despite the part being originally manufactured by Crown. The customer response clarified that there is no such requirement, and vendors are free to supply the specified Crown amplifier regardless of the SKU as long as it is the correct model. This exchange is typical in government RFPs, where vendors seek clarification on product specifications and sourcing requirements.
    Lifecycle
    Title
    Type
    Power Ampifer
    Currently viewing
    Solicitation
    Similar Opportunities
    CPI Amplifier Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a CPI X Band Amplifier, specifically the VSX3642 model. The contractor will be responsible for evaluating and repairing the amplifier, which is currently in use and can only be serviced by the original equipment manufacturer due to its proprietary design. This procurement is critical for maintaining operational capabilities within the Navy, as the amplifier is essential for various defense applications. Proposals are due by December 12, 2025, with an anticipated award date of December 22, 2025. Interested parties should contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241 for further details.
    59--AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the Radio Frequency Amplifier, identified by NSN 5996001682702. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 334220, related to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The amplifiers are critical components for various defense applications, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, with quotes due within 126 days after the award date.
    59--AMPLIFIER,RADIO FRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of radio frequency amplifiers, specifically NSN 5996011803107. The requirement includes two lines: four units to be delivered to DLA Distribution Warner Robins and one additional unit, both due within 400 days after order. These amplifiers are critical components in electrical and electronic equipment, playing a vital role in communication systems. Interested vendors, particularly small businesses as this opportunity is set aside for them, should submit their quotes electronically, and any inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    59--AMPLIFIER,AUDIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    16--POWER AMPLIFIER ASS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    TWT KU-BAND HPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of TWT KU-BAND High Power Amplifiers (HPAs). The procurement aims to establish a contract for repair services, with a required Repair Turnaround Time (RTAT) of 168 days, ensuring that the repaired items meet operational and functional requirements as specified. These amplifiers are critical components in communication systems used by the Navy, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at eric.b.miller4@navy.mil or by telephone at 717-605-6464, with the solicitation details available for review.
    AMPLIFIER,VIDEO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of 13 video amplifiers, identified by NIIN 015342175 and part number A3263642. The procurement requires contractors to meet specific repair turnaround times and throughput constraints, with a required turnaround time of 118 days after receipt of the asset. These amplifiers are critical components for various defense applications, and the selected contractor must ensure compliance with government quality standards and source approval processes. Interested parties should submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must provide all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered for award.
    Purchase an extrusion system that will be used to develop regolith composites
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the procurement of an extrusion system designed for the development of regolith composites. This system must include essential components such as a material hopper, filament cooling path, spool winder, and a hardened screw capable of processing thermoplastic and abrasive regolith materials. The procurement is set aside for small businesses, emphasizing the importance of this technology for NASA's research and development initiatives. Quotes are due by December 9, 2025, at 3:00 p.m. CT, and must be submitted to Laura Quave at laura.a.quave@nasa.gov, with technical questions due by December 5, 2025. Interested vendors must be registered on SAM.gov and adhere to specific provisions outlined in the RFQ and Statement of Work.
    5895-00-999-2411; AMPLIFIER-POWER SUP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the procurement of an Amplifier-Power Supply (NSN: 5895-00-999-2411) from new manufacture. This solicitation is not set aside for small businesses and is classified as a rated order for national defense, requiring compliance with the Defense Priorities and Allocations System. The procurement includes specific requirements such as Item Unique Identification (IUID), early and partial shipments, and a firm price for 120 days, with delivery to be made FOB Destination. Quotations are due by January 2, 2026, and interested parties can contact Clifford Dockter at clifford.dockter@us.af.mil or Ryan Newton at ryan.newton.4@us.af.mil for further details.
    Sources Sought Notice for Amplifier
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting a sources sought notice to identify potential sources for an amplifier required for their Absolute Magnetometer system. The amplifier must meet specific technical specifications, including a bandwidth from DC to at least 250 kHz, an output voltage of 0 to 250 VRMS, and a power rating of at least 12 kW, among other requirements. This equipment is critical for the development of standard reference materials for magnetic moment, which are essential for various applications in government, industry, and academia, particularly in the fields of next-generation memory and computing. Interested vendors should submit their responses, including company details and product specifications, to the primary contact, Nina Lin, at nina.lin@nist.gov, by the specified deadline, ensuring they are registered and active in SAM.gov.