Notice of Intent to Sole Source to Quintron Systems, LLC
ID: FA9101-25-Q-B028Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center at Holloman AFB, intends to award a sole source purchase order to Quintron Systems, LLC for the replacement of an intercom system. This procurement aims to secure a communication system that is compatible with the existing infrastructure at the White Sands Missile Range, which is critical for the operations of the 586 Flight Test Squadron within the 704th Test Group. The new system will enhance communication capabilities essential for military testing and evaluation missions, with a requirement for delivery within 20 weeks after order receipt. Interested vendors may submit capability statements by March 10, 2025, with the anticipated award date set for March 14, 2025. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Test Center (AFTC) at Holloman AFB plans to award a sole source purchase order to Quintron Systems, LLC for the replacement of an intercom system. This decision follows comprehensive market research indicating that Quintron is the only vendor capable of delivering a system compatible with existing communication infrastructure at the White Sands Missile Range. The acquisition, classified under NAICS code 334290, adheres to the Simplified Acquisition Procedures and is intended to fulfill the agency's specific requirements without competition. Vendors registered under this code may submit capability statements by March 10, 2025. The anticipated award date is March 14, 2025. This memorandum clarifies that while the government intends to proceed with a sole source contract, it remains open to considering proposals from all responsible parties.
    The document outlines the requirements for replacing the intercom system used by the 586 Flight Test Squadron, part of the 704th Test Group, which supports the U.S. Air Force's testing and evaluation missions. The new system must be compatible with the existing White Sands Missile Range communication setup. Key deliverables include a complete Quintron system featuring various headsets and keysets with specific technical specifications, ensuring rack mountability. Contractors are expected to deliver the equipment no later than 20 weeks after order receipt, with all items and documentation directed to a specified delivery address. This request reflects the government’s focus on improving operational capabilities and communication technology for military testing environments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Clear Comm Headsets (UFR)
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals from small businesses for the procurement of 50 Clear-Com headsets, specifically the "CCC-802064-120-M" model, to be delivered to Cannon Air Force Base in New Mexico. This solicitation is part of a total small business set-aside initiative, emphasizing the importance of compliance with federal regulations and the delivery of quality communication equipment. Proposals will be evaluated based on technical merit, past performance, and price, with a focus on the lowest-priced acceptable offer. Interested parties must submit their quotations electronically by March 21, 2025, and can direct inquiries to Garrett Wagner at garrett.wagner.1@us.af.mil or 575-784-6530.
    Notice of Intent to Sole Source to Magnum Precision Machines Inc
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Magnum Precision Machines Inc. for the procurement of a re-manufactured gear box from the Mazak Corporation, essential for restoring a critical CNC Mill used in hypersonic testing. This procurement is necessary due to the failure of the original gear box, which has rendered the machine inoperative and poses risks to multiple defense programs; only the OEM re-manufactured gear box ensures compliance with factory specifications and warranty protection. The contractor must provide an authorized Mazak technician for the installation, which includes conducting an acceptance test post-installation, and the entire process must be completed within 45 days of order receipt. Interested vendors may submit capability statements or quotes by March 13, 2025, at 1:00 PM MDT, with an estimated procurement cost of $20,123.15; for further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    USSPACECOM JOC Workstation Equipment
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking information from potential resellers of ThinkLogical and QUINTRON equipment for the US Space Command as part of a Sources Sought Announcement. The procurement aims to gather details on various electronic workstation equipment, including ThinkLogical chassis, KVM extenders, transmit/receive cards, and QUINTRON DICES VoIP products, which are critical for enhancing communication and operational readiness. Interested vendors are invited to submit their capabilities, including delivery timelines and alternative product options, by March 14, 2025, to assist in evaluating suppliers for these essential tools. For inquiries, vendors may contact Cayce Moses at cayce.moses@spaceforce.mil or by phone at 719-556-9293.
    Product Analysis Demonstration (IPAD) Datalinks Test Station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure components for the development of an Improved Product Analysis Demonstration (IPAD) Datalinks Test Station at Eglin Air Force Base in Florida. The procurement involves a sole source contract with Lockheed Martin Corporation for essential items, including a Common Mission Computer and Link 16 radios, which are critical for ensuring interoperability and compatibility with existing systems. This initiative is vital for enhancing the testing infrastructure and operational capabilities of the 46th Test Squadron, reflecting a strategic government effort to improve defense readiness. Interested parties should note that the anticipated award date is May 12, 2025, with responses due by March 11, 2025; for further inquiries, contact Celeste Baeza-Rios at celeste.baeza-rios@us.af.mil or Amanda Jardine at amanda.jardine.1@us.af.mil.
    B-1B AN/ALQ-161 Band 8 Driver/Transmitter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.
    Intent to Award Sole Source: Smart Tactical Radios
    Buyer not available
    The Department of Defense, specifically the Air Force, intends to award a sole source contract to Persistent Systems LLC for the procurement of MPU5 radios, antennas, and associated equipment to enhance operations at Wright-Patterson Air Force Base (WPAFB) in Ohio. This procurement supports the Base Oversight of Autonomous Response (BOAR) program, which aims to facilitate autonomous small Unmanned Aerial Systems (sUAS) operations for tasks such as monitoring and emergency responses. The selected equipment must meet specific technical specifications and be compliant with Defense Federal Acquisition Regulation Supplement standards, with delivery expected to occur without the need for contractor training or installation. Interested parties may submit capability statements or comments by March 14, 2025, and must be registered with the System for Award Management (SAM) to be eligible for the contract. For further inquiries, contact Yusheng Chou at yusheng.chou@us.af.mil or Kareem Beckles at kareem.beckles.1@us.af.mil.
    F-16 AIS Test Station System Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of an F-16 Aircraft Interface System Test Station Meter under solicitation number FA8212-25-Q-0012. This procurement involves the acquisition of four units of a critical electronic component, identified by National Stock Number (NSN) 5998016338925WF, which is essential for military operational functionality. The contract emphasizes compliance with various regulations, including the requirement for a Counterfeit Prevention Plan and adherence to quality assurance standards, with a total estimated cost of $100,000. Interested vendors must submit their quotations by March 11, 2025, and can direct inquiries to Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964.
    Giant Voice Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide services for the upgrade of the Giant Voice System at Pittsburgh Air Reserve Station in Pennsylvania. The project aims to enhance emergency communication capabilities by transitioning from outdated copper wiring to a new radio frequency system, which includes engineering, designing, installing, and testing new RF equipment, as well as providing ongoing support and training. This upgrade is critical for ensuring effective public safety communication during emergencies and must be completed within 180 days from the contract award. Interested vendors should submit their quotes by March 24, 2025, and can reach out to Maurice Kirkland at maurice.kirkland.3@us.af.mil or Paul Davisson at paul.davisson@us.af.mil for further information.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    Traffic Light Repair Holloman AFB, NM
    Buyer not available
    The Department of Defense, through the U.S. Air Force's 49th Contracting Squadron, is soliciting quotations for traffic light repair services at Holloman Air Force Base, New Mexico. The project involves the replacement of outdated traffic control systems at two intersections, including the installation of new NEMA Type 3 cabinets, 360° monitoring cameras, and Uninterruptable Power Supply (UPS) systems, all aimed at enhancing traffic management and safety. This initiative underscores the importance of maintaining operational readiness and safety standards in military facilities. Interested small businesses must submit their quotations by March 18, 2025, with a site visit scheduled for February 27, 2025; for further inquiries, contact Andrea Diaz Acevedo at andrea.diaz-acevedo@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.