YELL LAKE TO WASHBURN WIRELESS LINK
ID: 140P1425Q0034Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of Cambium PTP 700 radios or equivalent equipment to enhance communication capabilities for First Responders at Yellowstone National Park. The radios must operate within a frequency range of 4.4 GHz to 5.9 GHz, comply with various regulatory standards, and feature robust security protocols, including AES encryption and user authentication, while also being ruggedized for durability. This initiative aims to replace outdated leased circuits with a modern encrypted microwave radio network, ensuring reliable communication for critical operations. Interested vendors must submit their quotes by April 24, 2025, and can contact Stacy Vallie at Stacy_Vallie@nps.gov or 406-404-4167 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the procurement of Cambium PTP 700 radios or equivalent equipment intended for government use. These radios must operate within a frequency range of 4.4 GHz to 5.9 GHz and be compliant with NTIA Redbook, NATO Band IV, and FCC/ETSI requirements. Key features include automatic channel selection for interference avoidance, a communication range of up to 124 miles, and the ability to connect with up to eight remote nodes for network flexibility. Security protocols are vital, requiring options for 128/256-bit AES encryption, user authentication, and regulatory compliance (FIPS 140-2). The radios must be ruggedized for durability based on MIL-STD-810G standards, support IPv6, and maintain low latency (1-3 ms). Additional operational parameters include a temperature tolerance range of -40° to +140° F and a weight limit of 12 lbs. As such, this RFP emphasizes the necessity for reliable, secure, and durable communication technology to support government operations, establishing critical standards for applicable vendors to meet in their proposals.
    The government document outlines a Request for Proposals (RFP) aimed at soliciting proposals for a community development grant. The primary purpose is to enhance urban infrastructure, particularly focusing on improving public transportation and local housing through innovative solutions. Key ideas include the necessity for collaboration among local stakeholders, adherence to federal regulations, and addressing socio-economic disparities within the target communities. The document specifies eligibility criteria, required experiences in community engagement, and the expected outcomes such as increased access to essential services and economic opportunities. Additionally, it details administrative processes, including proposal submission deadlines, budgetary limits, and evaluation criteria for selecting successful applicants. Emphasizing a comprehensive approach, it calls for strategies that integrate sustainability and community resilience into project proposals. This RFP reflects the government's commitment to fostering community development while encouraging partnerships that align with broader federal objectives for urban improvement and social equity.
    The document outlines a Request for Quotations (RFQ) from the National Park Service (NPS) for the procurement of Cambium PTP 700 radios and associated equipment to enhance communication capabilities for First Responders at Yellowstone National Park. This initiative is crucial to replace outdated leased circuits with a modern encrypted microwave radio network. The items requested include coaxial grounding kits, various upgrades, warranties, and accessories required for the installation and operability of the radio system, with a completion date set for July 30, 2025. The proposal process is designated as a total small business set aside, aiming to promote local economic participation. Interested vendors must be registered in the System for Award Management and are instructed to submit their quotes by April 24, 2025, by email. The selection will be based on price, technical capability, and prior experience. The document also details mandatory clauses aligned with federal acquisition regulations and compliance requirements related to telecommunications and economic participation. This RFQ demonstrates NPS's commitment to safety and operational readiness through modern communication infrastructure.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to L3 Harris Communications for the procurement of specialized communication equipment, including the Port-L3H-XL185P-7/800-FKP-Blk-NA and various associated features and accessories. This procurement is essential for enhancing communication capabilities within the agency, particularly for operations requiring advanced radio and telecommunications equipment. The contract will be executed under Simplified Acquisition Procedures, with a notice closing date of January 7, 2026, at 5:00 PM Central Time. Interested parties may express their capability to meet this requirement to Jack Skogen at jackskogen@fws.gov within three calendar days of this notice.
    Land Mobile Radio (LMR) Modernization and Interoperability Into Base Emergency Communications System (BECS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry capabilities for the modernization and interoperability of Land Mobile Radio (LMR) systems into the Base Emergency Communications System (BECS). The procurement aims to identify a compliant LMR subsystem that integrates with existing Army systems, focusing on interoperability with various emergency communication frameworks, ensuring cybersecurity compliance, and providing lifecycle sustainment. This initiative is crucial for enhancing emergency communication capabilities within the Continental United States (CONUS). Interested parties are encouraged to review the attached Request for Information and submit their responses by January 2, 2026, at 4:00 PM ET. For further inquiries, contact Katia Lacoste at katia.lacoste.civ@army.mil or Mark Grimsley at mark.c.grimsley.civ@army.mil.
    Military Radio Systems
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for Military Radio Systems intended for Foreign Military Sales (FMS) to the Royal Thai Army. The procurement aims to fulfill specific requirements for various radio systems, including VHF/FM manpack and vehicle-mounted radios, as well as HF base stations, along with training and support services. These systems are crucial for enhancing communication capabilities within military operations. Interested parties are encouraged to submit their capabilities and Rough Order of Magnitude pricing by 12:00 p.m. EST on January 9, 2026, to Richard Smith at richard.n.smith24.civ@army.mil, as this opportunity may lead to multiple contract awards based on the responses received.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    Sources Sought For Fire Alarm Radio Transmitter
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific), is conducting a market survey to identify potential suppliers for fire alarm radio transmitters that meet or exceed the performance and approval requirements of the Kingfisher Company, Inc. S T A R Software Defined Radio Transmitter. The procurement involves four fire alarm radio transmitters for various substations on Naval Base Guam, which must be compatible with existing equipment and adhere to specific regulatory standards. This initiative is crucial for enhancing safety measures within military installations, and interested firms are invited to submit detailed technical data by December 18, 2025, at 2:00 p.m. H.S.T. Submissions should be directed to Ms. Josie Damo-Agcaoili via email, and late submissions will not be considered.
    Combined Sources Sought/Notice of Intent to Sole Source: Sub-THz VNA Extenders and Amplifier
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire Sub-THz VNA extenders and a high-power amplifier to support its CHIPS program focused on high-frequency transistor characterization. The procurement includes specific requirements for WR6.5, WR5.1, and WR3.4 VNA waveguide extenders, as well as a D-band waveguide amplifier, all of which are critical for developing a unique microelectronic measurement setup essential for semiconductor testing. This equipment is vital for enhancing measurement capabilities and accelerating the development of next-generation microelectronic devices. Interested vendors must respond by December 23, 2025, with their capabilities and relevant information to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    NATO Business Opportunity: Procurement of Ultra High Frequency (UHF) Tactical Satellite (TACSAT) Radios – Ancillaries and Installation for Static UHF TACSAT Sites
    Commerce, Department Of
    The Department of Commerce, specifically the Bureau of Industry and Security, is preparing to issue an Invitation for Bid (IFB) for the procurement of Ultra High Frequency (UHF) Tactical Satellite (TACSAT) Radios, including ancillaries and installation for static UHF TACSAT sites, as part of a NATO initiative. The project entails the design, procurement, installation, and testing of equipment for nine NATO static installations, ensuring the delivery of a fully integrated UHF communication system that is interoperable with existing NATO radio elements and meets stringent environmental and security compliance standards. This procurement is critical for enhancing NATO's communication capabilities, with the anticipated period of performance spanning from Q4 2024 to Q2 2025, and a one-year warranty and in-service support included. Interested U.S. contractors must maintain a facility in the U.S., be pre-approved for NATO International Competitive Bidding, and submit a Declaration of Eligibility by January 7, 2026, with the IFB expected to be distributed in Q1 2026. For further inquiries, contact Lee Ann Carpenter at LeeAnn.Carpenter@bis.doc.gov.
    HF ALE RADIO SYSTEMS
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking contractors to provide annual services, maintenance, and training support for High Frequency Automatic Link Establishment (HF ALE) Radio Systems, specifically Codan and Datron radios. The procurement aims to identify qualified vendors who can perform component-level maintenance, installation, operation, and training, with a focus on ensuring compliance with strict security requirements for handling sensitive information. This opportunity is critical for maintaining effective communication systems within USDA operations, particularly at headquarters in Elkins, WV, and Kansas City, MO. Interested parties should contact Karmella Van Stockum at karmella.vanstockum@usda.gov or Carlton L. Bradshaw at Carlton.Bradshaw@usda.gov for further details, and the RFI can be accessed online for additional requirements and deadlines.
    Traveling Wave Tube Amplifier rental
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes from small businesses for the rental of two S-band Traveling Wave Tube Amplifiers (TWTA) under the combined synopsis/solicitation RFQ N0016726Q1026. The amplifiers must meet specific operational parameters, including a frequency range of 2-4 GHz and a power output of 4kW, which are critical for various defense applications. Quotes are due by December 23, 2025, at 12 PM EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with deliveries scheduled in phases from January to April 2026 to Bethesda, Maryland. Interested parties should direct inquiries to Steven Besanko at steven.besanko@navy.mil and ensure compliance with all relevant FAR and DFARS clauses.