Notice of Contract Action - Quasonix Transmitter Receivers
ID: F1S0AD4345A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

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

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the United States Air Force Test Center, intends to award a sole source contract to Quasonix for the provision of transmitters and receivers critical to ongoing flight test activities at Edwards Air Force Base, California. This procurement is justified under FAR 13.501(a), as Quasonix is the only vendor capable of supplying equipment that is compatible with existing systems, thereby avoiding substantial duplication of costs and delays associated with transitioning to another supplier. The Quasonix equipment serves as replacement parts for legacy systems, ensuring operational efficiency and minimizing training and maintenance costs while preventing significant disruptions to flight testing capabilities. Interested parties are encouraged to submit feedback within three days of this notice, and inquiries can be directed to Kimberly McGee at kimberly.mcgee@us.af.mil or Adam R. Confer at adam.confer.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
The United States Air Force Test Center intends to award a sole source contract to Quasonix for transmitters and receivers critical to supporting current testing activities at Edwards AFB, CA. The justification for this sole sourcing is based on the Federal Acquisition Regulation (FAR) 13.501(a) stipulating that Quasonix is the only vendor capable of providing equipment that is compatible with existing systems, thus avoiding substantial duplication of costs and delays associated with transitioning to another supplier. The Quasonix equipment is designated as replacement parts for legacy systems and is essential for maintaining operational efficiency across various programs. The decision to stay with Quasonix will minimize training and maintenance costs, as well as prevent significant disruptions to flight testing capabilities. Stakeholders are encouraged to provide feedback within three days of this notice, with details regarding appropriate communication channels for questions and concerns. It is important to note that this notice is not a solicitation for proposals and the government is not obligated to take further procurement action.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source for UHF/VHF Radios
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), intends to issue a sole source contract for the procurement of UHF/VHF radios and related supplies from Collins Aerospace, the original equipment manufacturer. The acquisition includes specific quantities of radios and accessories designed for voice communication over internet protocol (VoIP) and compatibility with existing systems at Edwards Air Force Base, emphasizing the critical need for these unique capabilities. This procurement is essential for maintaining operational continuity, as alternative sources have been deemed inadequate, and the contract is classified as a Firm Fixed Price order. Interested vendors who believe they can meet the requirements must submit their technical packages by 7:00 a.m. Pacific Standard Time on April 4, 2025, to the contracting officer, Christina Day, at christina.day.6@us.af.mil or Victoria Escobar at victoria.escobar.3@us.af.mil.
Intent to Award Sole/Single Source - Transceiver for SkyVision Test Site
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for a transceiver to support operations at the SkyVision Test Site located at Springfield-Beckley Airport in Ohio. The procurement aims to acquire a software-defined transceiver capable of VHF and UHF AM and FM voice channels, which is critical for ensuring safe communication between air assets and local air traffic, adhering to military and civilian standards. This equipment is essential for maintaining effective air traffic communication and compliance with federal regulations set by the Department of the Air Force, FCC, and FAA. Interested vendors may submit capability statements or exceptions to the sole source intent by April 7, 2025, to Mr. Jason Sav at jason.sav@us.af.mil, ensuring that all correspondence includes the specified subject line to avoid email filtering issues.
Test Sequence and Timing System NOI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to procure two Test Sequence and Timing Systems through a sole-source contract with Hadland Imaging, LLC, due to the unique nature of the requirement. This procurement is justified under 10 USC 3204(a)(1), which allows for non-competitive procedures when only one responsible source can fulfill the agency's needs. The systems are categorized under NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, highlighting their specialized application in defense operations. Interested parties may provide feedback until 1:00 PM CST on April 8, 2025, and can reach out to Contract Specialist Ms. Bailey Deason or Contracting Officer Ms. Brooke Vandeman for further inquiries regarding this acquisition.
58--DETECTOR,AUDIO FREQ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a sole source item, the DETECTOR, AUDIO FREQ, under NSN 7R-5895-013099126-LA, with a quantity of one unit. This procurement is intended for a Foreign Military Sales (FMS) buy for Australia and is being conducted as a sole source acquisition from L3Harris Technologies Inc., the Original Equipment Manufacturer (OEM), due to the lack of available drawings or data for alternative sources. Interested parties may submit capability statements or proposals within 45 days of this notice, although the government does not intend to delay the procurement process for source approval requests. For further inquiries, interested organizations can contact Michael J. Keith at michael.j.keith40.civ@us.navy.mil or by phone at (215) 697-2193.
B-1B AN/ALQ-161 Band 8 Driver/Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.
The Naval Air Warfare Center Aircraft Division Webster Outlying Field (WOLF) Identification Friend or Foe (IFF) Products
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to negotiate a sole source contract with BAE Systems, Inc. for the procurement of hardware, spares, and incidental services related to Identification Friend or Foe (IFF) products. This procurement includes essential items such as various Digital Interrogators and Common Transponders, which are critical for life cycle engineering and sustainment of military identification systems. The Government plans to issue a five-year Basic Ordering Agreement with BAE Systems, the sole designer and manufacturer of the required equipment, under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, indicating that no other sources can fulfill these requirements. Interested parties must submit their responses via email to Truman Harris at truman.b.harris3.civ@us.navy.mil by the specified deadline.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Receiver-Transmitter units, identified by NSN 7RH 5841 016691341 and part number 300A380-4. The contract involves a sole source requirement, necessitating Government Source Approval prior to award, as the Government does not possess sufficient data to contract with other sources. These units are critical for radar equipment used in airborne applications, and the procurement aims to ensure timely delivery, with a desired timeframe of 90 days or less. Interested vendors must submit their proposals via email to Dana Scott at dana.l.scott14.civ@us.navy.mil by the extended due date of March 18, 2025, and must include all required documentation as outlined in the NAVSUP WSS Source Approval Brochure.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 16 units of the Receiver-Transmitter (NSN 7R-5841-010874423-WZ, REF NR HG7194C1). This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The Receiver-Transmitter is critical for airborne radar equipment, underscoring its importance in defense operations. Interested parties should contact Joshua J. Seltzer at (215) 697-2849 or via email at joshua.j.seltzer@navy.mil for further details, with proposals due within 45 days of this notice.
F16AN_APG_68_Dual_mode_transmitterNSN5998012744648PN772R023G01
Buyer not available
Sources Sought DEPT OF DEFENSE F16ANAPG68DualmodetransmitterNSN5998012744648PN772R023G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the qualification requirements of an RF Monitor used for the F-16 C/D APG-68 Dual Mode Transmitter. The service/item being procured is a qualification test plan/procedure, repair capability evaluation, and qualification article verification. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also provide a complete data package and comply with Unique Identification (UID) requirements. The estimated cost for testing and evaluation is $3,000, and the qualification effort is expected to require 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific qualifications.