10 Channel UHF Repeater
ID: FA461324Q1059Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Wired Telecommunications Carriers (517111)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a 10 Channel UHF Repeater system at F.E. Warren Air Force Base in Wyoming. The project aims to upgrade the existing communication infrastructure by implementing a Project 25 compliant Enterprise Land Mobile Radio (ELMR) system, which includes the installation of a new 90-foot self-supporting tower, radio equipment, and associated infrastructure. This upgrade is crucial for enhancing communication capabilities and ensuring operational security for mission-critical activities at the base. Interested contractors must submit their quotes by 2:00 PM Mountain Time on September 13, 2024, and are encouraged to contact Michelle Crenshaw at michelle.crenshaw@us.af.mil or Lou Bustillo at maria_lourdes.bustillo@us.af.mil for further information.

    Files
    Title
    Posted
    The document is a solicitation from the Department of Defense (DoD) under solicitation number FA461324Q1059, outlining clauses and provisions relevant to federal contracts. It includes a comprehensive list of incorporated clauses related to various aspects of contracting, such as requirements for item unique identification, the submission process through Wide Area Workflow (WAWF), evaluation criteria for commercial products and services, and representations regarding business operations. Key components include compliance with procedural standards for government contracting, guidelines for reporting and item identification, and parameters for fair pricing data submission. There is also emphasis on socio-economic considerations, including small business participation and compliance with restrictions on contracting with foreign entities of concern. The document serves as a foundational guide for both offerors and contracting officials to ensure compliance and facilitate the procurement process within federal frameworks. The incorporation of clauses such as the Anti-Terrorism Awareness Training for Contractors and the prohibition on certain telecommunications equipment demonstrates the DoD's commitment to security and ethical standards within federal contracting practices.
    The document presents a solicitation for federal contract FA461324Q1059, detailing various clauses and provisions essential for compliance in government acquisitions. Key themes include requirements related to compensation for former Department of Defense (DoD) officials, whistleblower rights, and cybersecurity measures. Significant clauses address the prohibition of sourcing telecommunications from certain regions, maintaining contractor performance risk assessments, and ensuring compliance with the Buy American Act. The document emphasizes the necessity for contractors to provide unique item identifiers for specified government deliveries and includes stipulations for electronic payment submissions via the Wide Area WorkFlow (WA WF) system. Additionally, it outlines the evaluation process for proposals, including factors that determine overall contract award, such as price and past performance. Overall, the purpose of this document is to guide potential contractors on compliance expectations, encourage fair competition, and ensure all acquired products meet specified standards, thus promoting accountability and adherence to government procurement policies. The thorough explanation of clauses underlines the government's focus on regulatory compliance and ethical business practices.
    The document outlines various clauses incorporated by reference for a federal solicitation (FA461324Q1059). It details requirements for contractor compliance, including compensation, whistleblower rights, and antiterrorism training. Specific provisions emphasize the importance of unique item identification for delivered items valued over $5,000, ensuring traceability and accurate reporting through the Department of Defense's systems. The clauses reflect regulations against business operations with certain regimes and adherence to the Buy American Act, requiring vendors to certify the origin of supplied materials. Additionally, the document sets forth payment processing instructions through the Wide Area Workflow (WAWF) system, emphasizing electronic invoicing. The overall aim is to ensure transparency, accountability, and compliance with federal acquisition regulations while supporting domestic production and ethical practices in government contracting.
    The document outlines key clauses related to contractor engagements within the Department of the Air Force, focusing on the roles and responsibilities of an appointed ombudsman, regulations regarding the use of ozone-depleting substances, health and safety protocols on government installations, and access requirements for contractors. An ombudsman is designated to handle concerns from offerors, ensuring confidentiality and guiding parties in resolving issues, though they do not influence proposal evaluations or formal disputes. Contractors are prohibited from using Class I ozone-depleting substances in any provided products or services. Health and safety regulations require contractors to minimize risks and adhere to occupational safety standards, with non-compliance potentially leading to contract termination. Additionally, contractors must secure proper identification and access for personnel on Air Force installations and follow emergency notification protocols. This document serves to reinforce compliance and safety within contracting processes, aligned with federal regulations and environmental standards.
    The document outlines the acceptance of a quote for a government project, detailing essential elements as per the Statement of Objectives (SOO). The period of performance is specified as 30 days, allowing 180 days for material lead time and an additional 30 days for project completion. The quote includes a comprehensive work schedule, proposed technical solutions, warranty provisions, and on-site service, all aligned with the SOO requirements. Moreover, the quoted price encompasses all associated costs, both direct and indirect, including materials, labor, equipment, and warranties. The document is formatted to capture the signatory's agreement to these terms, underscoring the meticulous nature of government RFP processes and the importance of adherence to outlined objectives and specifications. Overall, this file represents a critical component in the procurement process, ensuring compliance and coherent execution of project parameters as mandated by governmental standards.
    The document is a solicitation response for a 10 Channel UHF Repeater under solicitation number F A461324Q 1059. It outlines the offeror's compliance with specific requirements including registration in SAM.gov, adherence to pricing policies, and the inclusion of a work schedule and technical solutions as per the provided Statement of Objectives (SOO). The response confirms that the quoted prices encompass all costs related to materials, labor, and warranties, with a specified lead time of 180 days for material acquisition and 30 days for project completion. Additionally, the document indicates an acknowledgment of relevant federal guidelines impacting contractor compliance based on revenue sources. Overall, this submission reflects adherence to federal procurement regulations while proposing a technical solution for the specified communication equipment.
    The United States Air Force (USAF) seeks a contractor to execute a turnkey upgrade of its Enterprise Land Mobile Radio (ELMR) system at F.E. Warren AFB in Wyoming. This project involves transitioning from a Motorola 5 TDMA capable VHF system to a Motorola 10 TDMA UHF system to enhance channel distribution and coverage. Essential tasks include the installation of new antennas, radio equipment, a 90-foot tower, and an uninterruptible power supply (UPS). The contractor is responsible for all associated personnel, materials, and documentation, ensuring compliance with standards such as APCO P25 and National Electrical Code. Key deliverables include a work schedule, status reports, quality assurance evaluations, and system acceptance testing. Critical aspects also involve site preparation, environmental controls, and adherence to security and anti-terrorism protocols. The contract includes a warranty and stipulations for the use of environmentally compliant materials. Overall, the document outlines a comprehensive approach for upgrading essential communication systems while adhering to regulatory and safety requirements, emphasizing the importance of efficient, effective infrastructure for USAF operations.
    The document outlines a Request for Proposal (RFP) for the installation of a Project 25 compliant Enterprise Land Mobile Radio (ELMR) system at F.E. Warren Air Force Base, Wyoming. The primary objective is to enhance communication capabilities by implementing a 10-channel Ultra High Frequency (UHF) system, which includes a new self-supporting 90-foot tower, radio equipment, and associated infrastructure. The RFP specifies technical requirements, including compatibility with existing systems, encryption standards, and compliance with various regulatory codes. Key areas detailed within the document include site preparation guidelines, project management practices, quality assurance testing, and operational security measures. The contractor is responsible for delivering all necessary resources, performing installations, and ensuring system functionality through rigorous testing and burn-in processes. Specific attention is also given to environmental protection protocols, anti-terrorism measures, and logistical requirements for equipment installation. The RFP emphasizes a departure from traditional installation protocols, mandating a comprehensive approach that includes extensive testimonies and documentation of the system’s effectiveness post-installation. This project reinforces the Air Force’s commitment to operational security and efficient communication infrastructure, crucial for mission operations and emergency services at the base.
    The United States Air Force is soliciting proposals for a comprehensive upgrade of the Enterprise Land Mobile Radio (ELMR) system at F.E. Warren AFB, Wyoming. The upgrade involves transitioning from a Motorola 5-channel VHF system to a Motorola 10-channel UHF system to enhance operational communication capabilities and support new infrastructure requirements. The project requires installation of antennas, a self-supporting 90-foot tower, and an uninterruptable power supply, with the contractor responsible for all associated services including engineering, documentation, installation, testing, and training. Key technical requirements include compliance with APCO Project 25 standards, advanced encryption, and comprehensive RF coverage. The contractor must also ensure all systems adhere to safety, environmental, and security regulations, including site preparation and operational security measures. Deliverables are contingent upon government approval, with specific milestones for scheduling and quality assurance processes. The project emphasizes maintaining operational continuity during the upgrade and ensuring seamless integration of new equipment. This solicitation outlines the US government's commitment to enhancing communication infrastructure while maintaining stringent compliance and safety standards.
    The document titled "Attachment 5 - Wage Determination FA461324Q1059" provides specific wage rates for various labor categories relevant to federal contracts. It outlines the minimum pay requirements that contractors must adhere to when hiring employees for federally funded projects. The wage determination includes classifications for different occupations, corresponding pay rates, and relevant geographical areas, ensuring compliance with labor laws and equity among workers. By establishing baseline wage standards, this document aims to facilitate fair compensation practices and safeguard worker rights across federal contracting initiatives. It is an essential resource for both contracting agencies and bidders to ensure that project costs reflect accurate labor expenses in accordance with federal guidelines.
    This document outlines the Q&A for a Request for Proposals (RFP) concerning the installation of a 10 Channel UHF Repeater system, scheduled for a project starting on 28 August 2024. Key points include the distance of the tower from the building (50 feet) and the use of a composite pole without the need for fencing or lighting. Testing requirements emphasize optimizing RF equipment for performance and ensuring synchronization among dispatch and management systems. Soil and ground remediation is minimal, involving spreading topsoil for native grass replanting, with no soil testing or environmental studies required for this project. Spoils will be spread on-site to match existing grade. Frequency pairs for operation will be provided upon contract award. This Q&A format serves to clarify project specifications and requirements for potential contractors, aiming for effective compliance and execution of the repeater system installation.
    This document outlines the specifications for seeding, fertilization, and sodding as part of a government contract related to land management or landscaping. Three native seed blends are prescribed at an application rate of 40 pounds per acre, each with specific percentages of various grass species, ensuring a weed content of less than 0.10%. Additionally, a turf mix consisting primarily of Kentucky Bluegrass and Tall Fescue is detailed, also with constraints on weed levels. Fertilization requirements specify a NPK ratio of 16-48-0, with a permissible variation of 2% for components. Furthermore, sodding requirements include using nursery-grown sod with stringent weed limits and specific handling recommendations to prevent drying out or damage prior to installation. The overall goal is to ensure high-quality seed and sod establishment while adhering to environmental standards and plant hardiness criteria. This document serves as a guideline in the procurement process for contractors responding to related RFPs, ensuring compliance with federal and local requirements for maintaining ecological integrity and optimal plant growth.
    Lifecycle
    Title
    Type
    10 Channel UHF Repeater
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.
    PROVIDE, INSTALL, AND MAINTAIN A OTU-4(111.809GB) BETWEEN BLDG 730, ROOM 132, 84 NORTH ASPEN STREET, BUCKLEY SFB, CO 80011-9518 (BCKLYSFB/RD1) AND BLDG 64, ROOM 6 1321 3RD STREET, INDIAN SPRINGS, CREECH AFB, NV 89018 (CRECHAFB/RD7)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an OTU-4 telecommunications system between Buckley Space Force Base in Colorado and Creech Air Force Base in Nevada. This procurement aims to secure commercial telecommunications services, specifically focusing on satellite communications and telecom access services, which are critical for maintaining effective communication capabilities within military operations. Interested vendors should note that the solicitation follows a request for quote (RFQ) format, with evaluations based on the lowest price technically acceptable (LPTA) criteria. Proposals are due by the specified deadline, and interested parties can contact Robyn Tebbe or Kevin Knowles via email for further information.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    Giant Voice Replacement Heads
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 460th Contracting Squadron, is seeking vendors to provide Giant Voice Replacement Heads for the Emergency Mass Warning Notification System at Buckley Space Force Base in Colorado. The procurement requires contractors to deliver and install Whelen brand components, including directional speakers and amplifiers, ensuring compatibility and effective sound projection, with a clear sound level of 120 dB at 100 feet. This initiative underscores the importance of maintaining reliable communication capabilities for emergency notifications, with a total award amount of $34 million and a delivery timeline of 60 days post-order receipt. Interested parties must submit their quotes and required documentation by 12:00 PM MDT on September 19, 2024, and can direct inquiries to A1C Guillermo Torres or TSgt Michael Roybal via the provided email addresses.
    36 OG/OSS – Clearance Delivery and Ground Control Radios
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of General Dynamics Mission Systems CM-350 radios, specifically designed for clearance delivery and ground control applications. The requirement includes two units each of Ultra High Frequency (UHF) and Very High Frequency (VHF) transceivers, along with four Remote Control Units (RCU), aimed at enhancing communication capabilities and ensuring compatibility with existing systems at Andersen Air Force Base in Guam. This procurement is critical for maintaining operational effectiveness in military communications, with proposals due by September 21, 2024, at 11:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to contact Louella Navarrete or TSgt Benjamin Albers for further details.
    FE Warren 2025 Electricity - A0001
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of electricity and ancillary services for Francis E. Warren Air Force Base (FEW) in Wyoming, under the combined synopsis/solicitation SPE60424R0406. The contract will cover an estimated electricity supply requirement of approximately 71,415,833 kWh over a five-year period, commencing on April 1, 2026, with a focus on ensuring compliance with federal regulations and promoting small business participation. This initiative is critical for maintaining reliable energy supply to the military facility while aligning with sustainability goals, including the transition to 100% Carbon Pollution-Free Electricity by 2030. Interested offerors must submit their proposals by September 24, 2024, and can direct inquiries to Jacob Sigler at Jacob.Sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.
    L3Harris Radio Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of L3Harris radio parts through a Request for Quote (RFQ) issued by the Washington Air National Guard at Fairchild AFB, Washington. The procurement includes various brand name items essential for secure military communications, such as power cables, chargers, power supplies, and antennas, which are critical for maintaining interoperability and operational reliability among Combat Communications Squadrons. This acquisition is particularly important as it ensures compliance with stringent encryption requirements necessary for secure communications, with a total estimated cost yet to be determined. Interested vendors must submit their quotes by September 19, 2024, at 4:00 PM PST, and are encouraged to direct any inquiries to the primary contact, Matthew J. Berube, at matthew.berube@us.af.mil or by phone at 509-247-7221.
    176 WG/210 RQS Vehicle Tactical Radio System Parts (L3Harris)
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Contracting Squadron at Joint Base Elmendorf-Richardson, is soliciting proposals for L3Harris Technologies, Inc. brand name parts for the Vehicle Tactical Radio System. The procurement aims to enhance communication capabilities for range vehicles equipped with multi-band tactical radios, specifically compatible with the HH-60G and HH-60W helicopter platforms. These parts are critical for secure and reliable communication during operations, as they are exclusively manufactured by L3Harris Technologies, Inc., which is necessary due to the proprietary nature of the Falcon II tactical radio system. Interested vendors must submit their complete quotations by September 16, 2024, at 12:00 PM AKST, and can contact Tulay Urganci at tulay.urganci@us.af.mil or Jason P. Topick at jason.topick.1@us.af.mil for further information.
    RFQ- 644 CBCS MPU5 Radios 2024 Brand Name Only
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of brand name MPU5 radios and associated equipment for the 644 CBCS at Andersen Air Force Base in Guam. The requirement includes specific items such as 17 units of the WR-5100 Wave Relay MPU5, antennas, batteries, and cables, emphasizing advanced communication capabilities essential for tactical operations, including wireless mesh networks and compatibility with the Android Team Awareness Kit (ATAK). Interested vendors must respond by September 13, 2024, at 1:00 PM Chamorro Standard Time, and are required to be registered in the System for Award Management (SAM) while adhering to the outlined specifications. For inquiries, contact A1C Klevon Spencer at klevon.spencer@us.af.mil or SSgt James Kwok at james.kwok@us.af.mil.
    AN/MSN-7 Communication Central CLS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistics Support (CLS) for the AN/MSN-7 Communication Central System, also known as the Tower Restoral Vehicle (TRV). The contract aims to provide comprehensive maintenance and support for a fleet of eighteen AN/MSN-7 systems, ensuring operational readiness and compliance with a required operational availability rate of 98%. This system plays a critical role in providing deployable air traffic control services for the U.S. Air Force during deployment operations and temporary replacements of existing facilities. Interested vendors must submit their proposals electronically by September 24, 2024, at 12:00 PM CST, and can direct inquiries to Kimberly Simms at kimberly.simms.1@us.af.mil.