Viavi CX300 Service Monitors
ID: 12760426Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEAlbuquerque, NM, 87102, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The USDA Forest Service is seeking quotes for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. The solicitation outlines specific requirements, including a broad frequency range of 100 kHz to 3 GHz, high accuracy, and various spectral purity specifications, ensuring the monitors meet rigorous government standards for communication equipment. These service monitors are critical for effective communication and operational efficiency within the Forest Service, particularly for fire management and other field operations. Quotes are due by December 15, 2025, at 5:00 PM ET, and interested vendors must submit questions by December 12, 2025, to the primary contact, Cori Gonzales, at corrine.gonzales@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a shipping request for communication service monitors (CX300) and related accessories to the National Interagency Fire Center (NIICD) Radio Shop in Boise, ID. The request details specific items, quantities, and technical specifications, including CX300 units, cable and antenna analysis modules, auto-test and alignment kits for BK/Relm KNG and Motorola APX series, P25 Conventional modules, and short open load accessories. Key contacts for the project are Mark Hilton (also the local point of contact) and Jason Bruce (additional technical contact). Bill Forsyth is listed as the COR. The document serves as a bill of materials and shipping information sheet, essential for fulfilling an order related to federal government communication equipment needs.
    The provided file is a minimal PDF portfolio instruction, advising users to open it with Acrobat X or Adobe Reader X (or later versions) for the best experience. It also includes a prompt to
    This government file outlines the accessibility requirements for Information and Communication Technology (ICT) in federal solicitations, specifically focusing on Section 508 of the Rehabilitation Act. It details conformance standards for procured, developed, maintained, or used ICT, excluding components in maintenance-only spaces. The document mandates that hardware components transmitting information or having a user interface must conform to Chapter 4 requirements, and support documentation/services must align with Chapter 6. Support documentation, both electronic and non-electronic, must explain accessibility features and be available in alternate formats upon request. Offerors must provide an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT) v2.1 or later, explaining how their ICT meets Section 508 standards and detailing evaluation methods. They must also describe their approach to universal design, plans for non-conforming features, and user scenarios for accessibility testing. The government reserves the right to test proposed ICT items and require remediation if conformance claims are inaccurate.
    The document outlines the minimum specifications for an LMR Service Monitor, likely for a government Request for Proposal (RFP) or grant application. Key requirements include a broad frequency range (100 kHz to 3 GHz), high accuracy (<= 0.02 ppm, with GPS lock <= 25ppb), and excellent spectral purity. The device must feature RF duplex and output ports with specified ranges and resolution, a built-in tracking generator, and support for AM, FM, and PM modulation. Receiver sensitivity, spectrum analyzer capabilities (9 kHz to 3 GHz with defined RBW, VBW, and sweep time ranges), and spurious-free dynamic range are also detailed. Physical specifications include a weight under 15 lbs and an operating temperature range of 0°C to 50°C. These specifications ensure the acquisition of a high-performance LMR Service Monitor suitable for rigorous government applications.
    The USDA Forest Service is issuing a Request for Quote (RFQ # 12760426Q0007) for the procurement of Viavi CX300 Service Monitors, or equivalent, under a firm-fixed-price, small business set-aside contract. Quotes are due by December 15, 2025, at 5:00 PM ET, and questions must be submitted by December 12, 2025, at 3:00 PM ET to corrine.gonzales@usda.gov. Vendors must be registered in SAM, provide a completed Bill of Materials (BOM), technical specifications for
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SRS EddyFlux System Pro + Biomet
    Agriculture, Department Of
    The USDA Forest Service intends to award a sole-source firm-fixed-price contract to LI-COR for the procurement of an IRGA (Carbon analyzer) and Biomet system, valued at $69,957.00. This equipment is essential for a long-term study conducted by the Eastern Forest Environmental Threat Assessment Center, focusing on the effects of prescribed fires on water quantity, quality, and carbon in North Carolina's Piedmont region. The acquisition supports critical research and management practices related to natural resource protection, with specific technical requirements for CO2 and H2O measurements. Interested parties must respond in writing by December 14, 2025, at 11:59 PM EST, to the primary contacts Heather Harkley and Nestor Rivera Gonzalez via their provided email addresses.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    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.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    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.
    Sources Sought Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.