Benefield Anechoic Facility Antenna Systems (BAF Ants)
ID: FA930425R5002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9304 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the Benefield Anechoic Facility Antenna Systems (BAF Ants) to Applied Research Associates (ARA). The primary objective of this procurement is to develop and provide 2-18 GHz antenna systems that will enhance the Electronic Warfare Test and Evaluation capabilities at Edwards Air Force Base, California. This initiative is critical for simulating electromagnetic signal scenarios that reflect real-world conditions, thereby supporting military testing needs and operational readiness. The contract, valued at approximately $20.29 million, will span five years and include a Cost-Plus Fixed Fee and Firm-Fixed Price structure, with interested parties encouraged to submit capabilities statements to the designated contacts, Jenny L. Meadlin and Jaymi Taplin, by referencing solicitation FA930425R5002.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Test Center (AFTC) proposes a new five-year contract for Applied Research Associates (ARA) to develop an antenna system for Electronic Warfare (EW) threat generation at the Benefield Anechoic Facility (BAF). This Justification and Approval (J&A) for Other than Full and Open Competition outlines that ARA is uniquely qualified to meet specific performance parameters required for the antenna system, including the capability to operate at frequencies of 2-18 GHz, multiple RF input channels, variable beamwidth, and minimal RF reflectivity. The anticipated cost for this non-commercial R&D effort is approximately $20.29 million, covering labor, travel, materials, and other direct costs. Market research confirmed that ARA is the sole vendor capable of fulfilling these requirements without significant delays or cost increases through competition. The document emphasizes the necessity of developing this system, as delays could adversely affect BAF's operational capabilities in simulating near-peer adversaries, fulfilling testing requirements, and conducting effective test events. The contracting officer certifies the justification's accuracy, and future market research will continue to identify potential competitors for similar efforts, aiming to broaden the vendor pool for subsequent acquisitions.
    The Statement of Work (SOW) outlines the requirements for the Benefield Anechoic Facility Antenna Systems project for the 772nd Test Squadron at Edwards AFB, CA. The primary objectives involve researching, prototyping, and procuring 2-18 GHz antenna systems to enhance Electronic Warfare Test and Evaluation capabilities. The project will utilize advanced RF testing in a controlled environment, simulating diverse electromagnetic signal scenarios representative of real-world conditions. The contract spans five years, with expected deliverables including technical reports, design specifications, and prototype antennas. Security requirements mandate strict compliance with operational protocols, including access controls for personnel. Key technical requirements cover RF transmission capabilities, system efficiency, and minimal signal reflectivity. The contractor is responsible for simulation, technology management, and hardware acquisition while ensuring adherence to quality control standards. Regular progress meetings and performance assessments are integral to the management structure. Overall, this SOW articulates a comprehensive plan aimed at addressing modern military testing needs, promoting inter-agency capability enhancement, and ensuring rigorous compliance with government regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AWGER: ADAPTIVE WAVEFORM GENERATION FOR EXTREME RF
    Buyer not available
    The Department of the Air Force is issuing a Broad Agency Announcement (BAA) for research on Adaptive Waveform Generation for Extreme RF, designated as BAA Number FA8750-22-S-7006. This initiative seeks innovative approaches in cognitive waveform generation, network control, and scenario evaluation within diverse RF environments, emphasizing the importance of advancing military capabilities through cutting-edge technologies. The total estimated funding for this BAA is approximately $49.9 million, with individual awards typically ranging from $300,000 to $3 million and lasting up to 36 months. Interested parties must submit white papers by September 30, 2027, and can direct inquiries to Gerard Wohlrab at gerard.wohlrab@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    FD2020-21-00633
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring an antenna (5985015243157QX 77A563084) used for antennas, waveguides, and related equipment.
    B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
    B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Broad Agency Announcement (BAA) titled "Ultra-broadband Terahertz Radio Development" (BAA Number: FA8750-23-S-7009). This initiative aims to foster innovative research and development of ultra-broadband communication technologies operating above 100 GHz, which are critical for enhancing Air Force communication capabilities in contested spectrum environments. The BAA is open until September 19, 2028, with approximately $9.9 million in funding available, and individual awards typically ranging from $200,000 to $4 million for projects lasting up to 36 months. Interested parties should submit initial white papers and may contact Peter A. Ricci at peter.ricci.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.
    Radio Systems Upgrade (RSU) International Airborne Advanced Warning and Control Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for a Radio System Upgrade (RSU) for the International Airborne Advanced Warning and Control System (AWACS) based at Hanscom AFB, MA. The objective is to identify potential contractors capable of integrating new radio systems, including HF solutions and ARC-210 radios, while ensuring compliance with Tactical Secure Voice Cryptographic Interoperability Specification (TSVCIS). This upgrade is critical for enhancing the operational capabilities of the AWACS, which plays a vital role in airborne surveillance and command and control operations. Interested parties must submit their qualifications, including analogous experience and business size, within 15 calendar days of the notice's publication, and should direct inquiries to Celina Campbell at celina.campbell@us.af.mil or John Ballou at john.ballou@us.af.mil. The performance period for the project is projected from September 2026 to September 2030, and firms must be registered in the System for Award Management (SAM) to be eligible.
    Test Sequence and Timing System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors to replace the current Test Sequence and Timing System at Arnold Air Force Base (AFB) in Tennessee. This Sources Sought Notice aims to identify both small and large businesses capable of meeting the project requirements, which are detailed in confidential attachments available to qualified entities. The procurement is crucial for enhancing operational capabilities at Arnold AFB, and interested parties must submit their company details, including their SAM Unique Entity Identifier (UEI) and CAGE Code, by 1:00 PM Central Time on February 26, 2025. For further inquiries, vendors can contact Bailey Deason or Brooke Vandeman via email at bailey.deason@us.af.mil and brooke.vandeman@us.af.mil, respectively.
    AERIAL LAYER NETWORKING & TRANSMISSION TECHNOLOGIES
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative proposals under the Broad Agency Announcement (BAA) FA8750-23-S-7002 for advancements in aerial layer networking and transmission technologies. The objective is to develop self-forming and self-healing networks that enhance airborne connectivity and interoperability, particularly in contested environments. This initiative is crucial for improving the Air Force's operational capabilities and ensuring robust network management in various operational contexts. Interested parties must submit white papers by September 30, 2027, with approximately $99.5 million in funding available for multiple awards ranging from $1 million to $10 million. For inquiries, contact Peter Fitzgerald at peter.fitzgerald.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    Design, Develop, Manufacture Advanced Secure Telemetry Units
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the design, development, and manufacturing of advanced secure telemetry units. This procurement aims to enhance capabilities in search, detection, navigation, guidance, and aeronautical systems, which are critical for various defense applications. The work will take place in Edwards, California, and is categorized under the NAICS code 334511, focusing on airborne radio navigation equipment. Interested parties should reach out to Victoria Escobar at victoria.escobar.3@us.af.mil or Christina Day at christina.day.6@us.af.mil for further information regarding this sources sought notice.