Intent to Award Sole Source - LabSat 4
ID: IASS-AFRL-PZLEQ-2026-0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

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

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for the procurement of a LabSat 4 Global Navigation Satellite System (GNSS) Radio Frequency Record and Replay System, along with necessary accessories, at Wright-Patterson AFB in Ohio. This acquisition is critical for the GNSS Trust Validation System project, as the LabSat 4 is the only system that meets all technical requirements and is compatible with existing assets, thereby minimizing training and upgrade needs. The contract will be awarded to Racelogic USA Corp, the sole manufacturer and distributor of the LabSat 4, following a determination that no competitive proposals will be solicited. Interested parties may submit responses or inquiries to Mike Hornberger at michael.hornberger.1@us.af.mil by December 24, 2025, at 9:00 AM Eastern Time.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the minimum requirements for a LabSat 4 "or equal" Global Navigation Satellite System (GNSS) Radio Frequency Record and Replay System, crucial for a FY26 exploratory research project. This project builds on preliminary work confirming the feasibility of a GNSS Trust Validation System. The new equipment is needed because the existing LabSat 3 Wideband system lacks the dynamic range to capture RF data in challenging environments without saturation. Key requirements for the new system include multiple recording channels for live sky GNSS data in CONUS, interface with an STIM300 IMU, synchronized data collection from GNSS and IMU, NEMA stream output, field portability, a replaceable internal data drive, and a 60 MHz sampling rate with 12-bit quantization. It must also collect data on multiple center frequencies simultaneously within L1, L2, and L5 bands, support simultaneous RF and IMU sampling, and offer playback of RF and IMU data to various receivers, requiring a connector cable for the STIM300 IMU.
    The United States Air Force Research Laboratory (AFRL/RYWN) requires a LabSat 4 Global Navigation Satellite System (GNSS) Radio Frequency Record and Replay System and associated accessories for the GNSS Trust Validation System project. This Single Source Justification outlines the need for a specific brand-name product due to its compatibility with existing customer assets, including simulation software licenses, which reduces training and upgrade requirements. Market research investigated six comparable systems, but only the Racelogic LabSat 4 met all technical requirements. Racelogic USA Corp is the sole manufacturer and distributor. While the Spirent GSS6450 Multi-frequency Record and Playback System was identified as a close alternative, the contracting officer determined that a single source is reasonably available for this acquisition, as per FAR 13.106-1(b)(1). The customer will monitor future offerings from Spirent as a potential alternative to preclude future single-source awards.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Intent to Sole Source - Prototrak 1845RX CNC Lathe
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of a Prototrak 1845RX CNC Lathe for the Air Force Institute of Technology (AFIT) located at Wright-Patterson AFB, Ohio. The lathe must meet specific technical requirements, including an 18-inch swing over bed, a 10 HP spindle motor, and a Prototrak RLX touchscreen controller, along with necessary accessories and a two-year warranty. This equipment is crucial for enhancing the capabilities of AFIT in machining operations, and the contract will be awarded to Charles Jones Machinery Inc., the only known source capable of fulfilling these requirements. Interested parties may submit capability statements or inquiries to Bryson Pennie and Linh Jameson via email by 12:00 pm Local Time on December 18, 2025, to be considered for any potential competitive procurement.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.
    Launch and Early Orbit, Anomaly Resolution and Disposal Operations (LADO) Follow-On (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking a sole-source contractor to provide software, hardware, and engineering services for the Launch and Early Orbit, Anomaly Resolution, and Disposal Operations (LADO) program. The contract, valued at approximately $34 million, is intended to support the LADO system, which is critical for GPS satellite operations, as it transitions to the Next Generation Operation Control System (OCX) that has faced delays. The procurement includes a base period of 12 months with options for additional six-month periods, and interested parties can contact Audrey Lee at audrey.ARMSTRONG.4@US.AF.MIL or Christa Phillips at christa.phillips.1@us.af.mil for further details.
    BroadSim Upgrade
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    Sole Source Combined Synopsis/Solicitation - Alta Data parts Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is issuing a sole source combined synopsis/solicitation for the procurement of specialized PCI Express cards and SCSI cable assemblies from Alta Data Technologies, LLC. The requirement includes the purchase and shipment of three units each of the PCIE4L-1553-4F-AT interface modules and SCSI-1553-4-01-T cable assemblies, which are critical for the Embedded Diagnostics System Re-Engineering Proof of Concept at Robins Air Force Base in Georgia. These components are essential for system test capabilities within the C5 Systems Integration Lab, and their proprietary nature necessitates sourcing exclusively from Alta Data Technologies to avoid significant project delays and additional costs. Interested parties can reach out to primary contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or secondary contact Teresa Duval at teresa.duval@us.af.mil for further information. The delivery of the products is required within 60 days of contract award, and the procurement falls under NAICS code 334515.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    59--WAVEFORM GENERATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.