The 35th Fighter Wing of the Department of the Air Force is requesting a waiver to purchase second-generation information technology (2GIT), specifically a tactical radio system (Harris AN/PRC-160(v)) and associated equipment, totaling $177,704. The PRC-160 provides secure communication with advanced encryption and anti-jamming capabilities in both HF and VHF bands, making it essential for military operations in diverse and challenging environments. The waiver is necessary since IT procurement typically requires processing through the 2GIT system; without contractor quotes under the 2GIT Basic Purchasing Agreement (BPA), an open market solicitation is required, hence the request.
To mitigate operational and supply chain risks, the wing proposes establishing multiple supplier relationships, thorough integration testing, a detailed maintenance plan, and comprehensive user training. They aim to enhance operational readiness while managing the total cost of ownership for the radios. The primary contact for this request is MSgt Ronniel Gelacio, with SSgt Michael B. Murphy as an alternate. The waiver has been approved by designated authorities, indicating a commitment to ensuring reliable communication capability for military operations.
The document outlines a Statement of Objectives/Technical Requirements Proposal (SOO/TRP) for the 35th Communications Squadron's procurement of the AN/PRC-160(V)1 HF Radio. The purpose is to acquire radio systems that comply with various technical mandates, including Information Assurance standards, Energy Star guidelines, and Unified Capability Requirements. Key specifications also require compliance with federal encryption standards and the Trade Agreements Act, ensuring that all products meet rigorous security and performance benchmarks.
The contractor must provide equipment tagged according to Department of Defense standards and include updates for existing hardware and software at no cost if available to commercial customers. Furthermore, delivery timelines are stipulated, indicating requirements for both routine and emergency responses, with clear conditions for backordered items and warranty provisions. Delivery will be made to Misawa Air Base, with designated points of contact for inspection.
Overall, this proposal emphasizes the need for high-quality, compliant communications equipment while adhering to stringent delivery schedules and government regulations, reflecting the broader context of federal procurement processes aimed at enhancing military readiness and operational capability.
The document is a Single Source Justification for the procurement of L3Harris PRC-160 high-frequency (HF) radios by the 35 Contracting Squadron stationed at Misawa Air Base, Japan. It outlines the need for long-range, secure communications capabilities in challenging environments, emphasizing the selectivity for L3Harris radios. The main justification highlights that L3Harris’s unique tactical radios meet stringent USAF standards for encryption, interoperability, and performance, making them essential for seamless integration with existing military systems. The document underscores previous investments in L3Harris equipment, which would enhance operational efficiency across various Areas of Responsibility (AORs). Market research supports L3Harris’s position as the primary vendor, confirming no other suppliers meet these military-specific requirements. The contracting officer concludes that only a single source is available for this acquisition, reinforcing the importance of compliance with federal acquisition regulations to ensure secure and reliable communication for military operations. The overall purpose is to seek approval for single-source procurement due to unique technical specifications and compatibility requirements.
The request for quotation (RFQ) FA520524QB068 from the 35th Contracting Squadron at USAF Misawa Air Base, Japan, seeks vendors for specific commercial items, particularly Harris HF radios, antennas, and associated software and cables. The RFQ outlines requirements for proposals and includes a comprehensive list of items, quantities, and compliance with the Trade Agreements Act (TAA) and brand specifications. Vendors must submit detailed product descriptions, pricing in Japanese Yen or US Dollars, and are required to be registered in the System for Award Management (SAM) to be eligible for award.
The solicitation includes shipping instructions to Defense Distribution Depot San Joaquin in California, evaluation criteria highlighting both technical acceptability and price, and indicates that contracts will be awarded to the lowest priced technically acceptable offeror. It also stresses that no award will be made until funding is available and that the government reserves the right to cancel the solicitation. This RFQ exemplifies the federal procurement process, ensuring that government contracts are sourced competently and in adherence to regulatory requirements.