Best Source Selector
ID: FA910125QB039Type: Combined Synopsis/Solicitation
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

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a "Best Source Selector" (BSS) as outlined in solicitation number FA9101-25-Q-B039. This procurement aims to enhance data selection capabilities from multiple sources for the 704th Test Group and 586th Flight Test Squadron at Holloman Air Force Base in New Mexico, with specific requirements including a 19-inch rack mount chassis, a minimum of 16 input channels, and compliance with military standards. Interested vendors must submit their quotes by April 23, 2025, with delivery expected within 140 days after award, and are encouraged to contact Nathan Jaye or Chuck King for further inquiries regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force has issued a Request for Quote (RFQ) under solicitation number FA9101-25-Q-B039 for the procurement of a "Best Source Selector" device, categorized under NAICS Code 334290 for Other Communications Equipment Manufacturing. This solicitation is 100% set aside for small businesses, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Vendors must submit their quotes by 14 April 2025, including required documentation such as completed representations, registrations in the System for Award Management (SAM), and pricing inclusive of all associated costs. The delivery address is specified as Holloman Air Force Base in New Mexico, with a mandatory completion period of 30 weeks post-award. Clarifications may be requested at the government's discretion, but initial quotes should contain the best terms. This memorandum outlines the administrative and contractual provisions relevant to potential bidders, emphasizing their responsibilities in terms of compliance and documentation necessary for contract award consideration.
    The memorandum issued by the Department of the Air Force outlines a Request for Quote (RFQ) for the procurement of a "Best Source Selector" as per solicitation number FA9101-25-Q-B039. This combined synopsis and solicitation cater to the Other Communications Equipment Manufacturing industry under NAICS code 334290, with a small business size standard of 800 employees. The procurement process is entirely set aside for small businesses. It emphasizes that quotes should adhere to the Lowest Price Technically Acceptable (LPTA) evaluation method, with a firm-fixed price purchase order to follow. Vendors must submit their quotes by the specified deadline, include all necessary documentation, including their registration in the System for Award Management (SAM), and provide a total evaluated price covering all applicable fees. Quotes are due by April 23, 2025, with item delivery expected to occur within 140 days post-award. The document includes a structured table for vendors to fill in their details and pricing, ensuring clarity in submissions. The memo illustrates the government's systematic approach to procurement, reinforcing compliance and evaluation stipulations to secure the best contractors while prioritizing small business participation.
    This document presents a solicitation for a Women-Owned Small Business (WOSB) aimed at procuring a commercial product, specifically the "Best Source Selector" from GDP Space Systems. The solicitation details essential information such as the requisition number, contract and order numbers, effective dates, and contact information for inquiries. It establishes specific terms including the delivery schedule, inspection and acceptance criteria, and payment procedures using the Wide Area Workflow (WAWF) system. The solicitation emphasizes compliance with various federal regulations, including those pertaining to small businesses, and incorporates multiple clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). These clauses ensure regulatory compliance regarding issues like employee rights, equal opportunity, and whistleblower protections. Overall, the document serves as a comprehensive announcement and framework for businesses seeking to respond to this procurement opportunity, facilitating the participation of economically disadvantaged and women-owned enterprises in government contracts while ensuring adherence to relevant federal policies.
    The 704th Test Group, specifically the 586 Flight Test Squadron, seeks to procure a Diversity Combiner/Best Source Selector (BSS) unit to enhance data selection from various sources at White Sands Missile Range. The requirement specifies the delivery of a GDP Space Systems BSS, which should meet several physical criteria including being rack mountable, supporting at least 16 input channels with a data rate of 40 Mbps, and offering multiple output options. Additionally, the unit must feature an Ethernet remote control GUI, comply with Range Commanders Council standards, and include necessary software and manuals. The contractor is tasked to deliver the unit within 120 days of order receipt to a specified location at Holloman Air Force Base, New Mexico. This RFP illustrates the military's commitment to improving test evaluations through advanced technology and data management solutions.
    The 704th Test Group, specifically the 586 Flight Test Squadron, seeks to procure a Diversity Combiner/Best Source Selector (BSS) unit to enhance data selection from various sources at White Sands Missile Range. The requirement specifies the delivery of a GDP Space Systems BSS, which should meet several physical criteria including being rack mountable, supporting at least 16 input channels with a data rate of 40 Mbps, and offering multiple output options. Additionally, the unit must feature an Ethernet remote control GUI, comply with Range Commanders Council standards, and include necessary software and manuals. The contractor is tasked to deliver the unit within 120 days of order receipt to a specified location at Holloman Air Force Base, New Mexico. This RFP illustrates the military's commitment to improving test evaluations through advanced technology and data management solutions.
    The 704th Test Group and 586th Flight Test Squadron require a Best Source Selector (BSS) to enhance data selection from multiple sources at the White Sands Missile Range. This document outlines the specifications for delivering a fully functional BSS unit. Key physical requirements include a 19-inch rack mount chassis, a minimum of 16 input channels capable of handling 40 Mbps data rates, support for simultaneous data processing, and a user-friendly graphical interface for remote control. The equipment must conform to military standards, output quality metrics, and utilize specific connector types. It should be manufactured in the U.S. and allow programming without an external computer. The contractor is tasked with delivering the unit within 140 days following the order and must provide all necessary documentation and software. Delivery is to be made to Donald Pennington at Holloman Air Force Base in New Mexico. This procurement reflects the Air Force's commitment to acquiring advanced technologies that improve operational effectiveness for future military capabilities.
    Lifecycle
    Title
    Type
    Best Source Selector
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    CIRCUIT CARD ASSEMB /NSN: 5998015381959IM / PN: 012095-0001
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for nine (9) Circuit Card Assembly units (NSN: 5998-01-538-1959 IM, PN: 012095-0001) through an oral solicitation (FA8117-26-Q-0004). These units, which are critical components for the AN/GRN-30(V)1 system, must be newly manufactured from specified materials, including aluminum and copper, and adhere to military packaging and marking standards. Interested vendors are required to submit their quotes by January 11, 2026, with a delivery deadline set for April 1, 2026, to designated foreign military sales locations. For further inquiries, potential bidders can contact Emma Taylor at emma.taylor.7@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    BULKHEAD, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of bulkheads for B-52 aircraft, specifically under the National Stock Number (NSN) 1560-01-192-5395. This opportunity is a total small business set-aside, aimed at acquiring 200 units over a six-month contract term, with a delivery schedule of 350 days after receipt of order. The bulkheads are critical components for aircraft structure, emphasizing the importance of quality and compliance with export control regulations. Interested vendors must submit their proposals by the solicitation issue date, expected around December 5, 2025, and can contact Renee Griffin at renee.griffin@dla.mil or 445-737-2040 for further information.