AFRL/DO Ground Radar System for SkyVision Test Site
ID: COMBO-AFRL-PZLEQ-2025-0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

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

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking proposals for a ground radar system to enhance airspace situational awareness at the SkyVision Test Site in Springfield, Ohio. The procurement aims to address coverage gaps in the FAA surveillance network, particularly for low-altitude operations critical to Advanced Air Mobility (AAM), including Uncrewed Aircraft Systems (UAS) and eVTOL aircraft. The required system must provide 3-D positioning, a detection range of approximately 40 km, and remote operability, while ensuring compliance with FAA regulations and maintaining low failure rates. Interested vendors should submit their quotes by May 2, 2025, to Jason Sav at jason.sav@us.af.mil, with delivery expected within 12 months post-award.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The U.S. Air Force Research Laboratory (AFRL) seeks to enhance airspace situational awareness at the SkyVision Test Site in Springfield, OH, through the acquisition of a ground radar system. This initiative supports the integration of Advanced Air Mobility (AAM), including Uncrewed Aircraft Systems (UAS) and eVTOL aircraft, which must comply with FAA regulations for safe operation in shared airspace. Current FAA systems lack coverage in low-altitude areas critical for AAM operations, necessitating the proposed ground radar system to fill these gaps. The main requirements for the system include 3-D positioning, a detection range of approximately 40 km, an integrated ADS-B capability, low failure rates, and remote operability. It should also provide comprehensive coverage while adhering to standard power requirements and maintaining emissions within a protected aeronautical navigation band. Installation and training support is essential for effective implementation. This procurement aims to ensure safe and compliant AAM operations by enhancing local air traffic monitoring capabilities.
Apr 2, 2025, 3:06 PM UTC
The proposal outlines the construction specifications for a new radar facility at the Springfield-Beckley Airport in Springfield, OH. The project includes a 100-foot tower, designed with grating at altitudes of 60, 90, and 100 feet, which is essential for radar operations. A supporting building measuring 12’x16’ is to be integrated with the tower, equipped with HVAC systems to ensure optimal working conditions. This support building will house radar controls with capabilities for remote operation, allowing for effective management of radar functions. Overall, this project aims to enhance aviation safety and operational efficiency at the airport through improved radar technology and infrastructure.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
C-UAS Dismount
Buyer not available
The Department of Defense, specifically the U.S. Air Force Life Cycle Management Center (AFLCMC), is seeking sources capable of providing a dismounted counter-unmanned aerial systems (C-UAS) solution to enhance force protection for personnel in areas vulnerable to enemy drones. The system must autonomously detect, identify, and defeat adversary unmanned aerial systems (UAS), focusing on ensuring personnel safety during both movement and stationary operations. Key performance specifications include detection ranges of 5 to 10 kilometers, the ability to neutralize multiple targets simultaneously, and adherence to strict size and weight constraints, with a total system weight not exceeding 12 pounds. Interested vendors are encouraged to submit detailed responses, including technical specifications and rough cost estimates, by April 9, 2025, to the designated contacts, Jared Rush and Matteo Zucchi, via their provided email addresses.
Sources Sought - Non-Kinetic Handheld Drone Defeat System
Buyer not available
The Department of Defense, specifically the United States Air Force at Wright-Patterson AFB, is conducting market research to identify potential sources for a Non-Kinetic Handheld Drone Defeat System intended for use by the Security Forces Squadron. This procurement aims to enhance base security against threats posed by small unmanned aerial systems, with specific requirements detailed in the attached Statement of Work, including the need for a low-power transmitter capable of jamming common GPS frequencies. Interested firms are encouraged to submit a capabilities package demonstrating their qualifications and socio-economic status by 1:00 PM ET on April 9, 2025, to the designated contacts, Matthew Shofner and Ljuan Benbow, via the specified email addresses. All responses will be considered for future acquisition strategies, including the potential for small business set-asides.
Request for Information Multi-Band Multifunction Tactical Radar System (MB-MTRS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) for the Multi-Band Multifunction Tactical Radar System (MB-MTRS) to assist in future acquisition planning. The MB-MTRS is intended to support four primary missions: Air Traffic Control (ATC) surveillance, Battle Management Command and Control (BMC2), countering small Unmanned Aircraft Systems (C-sUAS), and weather sensing, with a focus on adaptability and operational reliability in contested environments. This initiative is crucial for enhancing the Air Force's tactical radar capabilities to meet evolving operational needs, and responses to the RFI are due by May 1, 2025. Interested vendors should contact Tiffany Hinson at tiffany.hinson.1@us.af.mil or Robert Sullivan at Robert.Sullivan.39@us.af.mil for further details.
Intent to Award Sole/Single Source - Transceiver for SkyVision Test Site
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for a transceiver to support operations at the SkyVision Test Site located at Springfield-Beckley Airport in Ohio. The procurement aims to acquire a software-defined transceiver capable of VHF and UHF AM and FM voice channels, which is critical for ensuring safe communication between air assets and local air traffic, adhering to military and civilian standards. This equipment is essential for maintaining effective air traffic communication and compliance with federal regulations set by the Department of the Air Force, FCC, and FAA. Interested vendors may submit capability statements or exceptions to the sole source intent by April 7, 2025, to Mr. Jason Sav at jason.sav@us.af.mil, ensuring that all correspondence includes the specified subject line to avoid email filtering issues.
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.
SS - AFRL/DO Transceiver for SkyVision Test Site
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a transceiver for the SkyVision Test Site at Wright Patterson Air Force Base in Ohio. This opportunity, categorized as a Special Notice, falls under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The transceiver is crucial for enhancing communication capabilities within the test site, supporting various defense-related operations. Interested vendors should reach out to Jason Sav at jason.sav@us.af.mil for further details regarding this procurement opportunity.
B-52 RMP Sources Sought Synopsis - Radar
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a modified off-the-shelf multi-mode radar compatible with the B-52 aircraft. This initiative, led by the B-52 RMP Program Office, aims to gather information on the capabilities of interested parties to inform the acquisition strategy, which may include options for full and open competition, small business set-asides, or sole source procurement. The radar system is critical for enhancing the operational effectiveness of the B-52, a key asset in the USAF's fleet. Interested parties are encouraged to reach out to primary contact John “J.J.” Ruppert at john.ruppert@us.af.mil or secondary contact Kelsey Courtney at kelsey.courtney.2@us.af.mil for further information, noting that this is an informational notice and not a solicitation for bids.
MARKET SURVEY: RIEGL VZ600i LASER SCANNING SYSTEM
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to procure a RIEGL VZ600i Laser Scanning System, including necessary software and accessories. This procurement aims to enhance the FAA's capabilities in rapid data acquisition and scanning, supporting the Department of Homeland Security’s Customs and Border Protection Agency by providing a state-of-the-art Light Detection and Ranging (LiDAR) system for efficient site inspections and structural analysis. Interested vendors are invited to submit their capabilities, past performance, and cost estimates by April 10, 2025, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, with all submissions marked as proprietary as necessary.
Request for Information_77670 - A13106 NG RadarDAS Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights regarding support for the AN/APG-81 Radar Operational Flight Program and the AN/AAQ-37 Distributed Aperture System, aimed at enhancing IT services and engineering support for the F-35 Joint Strike Fighter. The RFI seeks input on systems software engineering, problem resolution collaboration, infrastructure provision, and maintaining a network connection between the Government's CENTAR and the contractor’s development network. Interested companies are encouraged to provide details on their experience with DoD IT systems, software sustainability, and cybersecurity, along with proposed approaches and subcontracting percentages. Responses are due by April 18, 2025, and inquiries can be directed to Patrick Hulett at patrick.hulett@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC, Inc. This sole-source requirement is critical for receiving and processing data from a specialized threat emitter system, which is essential for countermeasure detection related to NATO aircraft operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must hold active SAM registration and complete the necessary NIST DoD Assessment, with the contract expected to be a Firm Fixed Price agreement, requiring delivery within one calendar year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.