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
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.
KC-130 Radar Signal Simulator and Spares
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, intends to procure a Fixed-Price contract for specific Peculiar Support Equipment (PSE) related to the KC-130J Kuwait Foreign Military Sales (FMS) Program. The procurement includes items such as the Radar Signal Simulator AN/PLM-4 and various associated components, all of which are exclusively manufactured by Symetrics Industries LLC, the Original Equipment Manufacturer (OEM). This acquisition is being pursued on a sole source basis due to the lack of available technical data for competitive bidding, and interested parties are invited to submit responses within fifteen (15) calendar days of the notice publication. For further inquiries, potential respondents can contact Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil, with responses due by April 24, 2025, at 3:00 PM EDT.
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.
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.
Notice of Intent to Sole Source for DEWESoft Sirius Data Acquistion System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of the DEWESoft Sirius Data Acquisition System. This requirement arises from the need for specialized instrumentation that meets the unique electrical and operational specifications of the Aberdeen Test Center's Ballistic Instrumentation Division, emphasizing compatibility with existing Dewesoft hardware and software. The contract aims to facilitate rapid procurement and replacement of data acquisition system components, ensuring minimal disruption to testing operations while adhering to rigorous technical standards. Interested parties must express their interest and capability by May 6, 2025, with inquiries directed to Contract Specialist Tiffany D. White at tiffany.d.white23.civ@army.mil.
Notice of Intent to Award Sole Source - SciAps Inc.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to SciAps Inc. for the procurement of a SciAps X-550 Pb Analyzer. This specialized analyzer is the only non-radioactive device approved by the Housing Urban Development (HUD) agency for use in child-occupied facilities, which is critical for meeting OSHA Negative Exposure Assessment requirements across various projects at Joint Base San Antonio (JBSA). The contract will be negotiated under FAR 13.106-1(b)(1)(i), emphasizing the urgency and unique nature of the required equipment. Interested parties may express their capabilities to fulfill this requirement, and inquiries can be directed to SrA Jamie Cutright at jamie.cutright@us.af.mil or 210-671-4476, or MSgt Johnathan Leuellen at johnathan.leuellen@us.af.mil or 210-671-6412.
RECEIVER,RADIO; Qty: 2
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two radio receivers specifically for use in the P-8 aircraft. This procurement is a sole-source requirement, as the Government does not possess the necessary data to engage alternative suppliers, making Undersea Sensor Systems, Inc. the only approved source for this item. The contract is expected to last for one year, with a projected award date of May 30, 2025, and interested parties may submit capability statements within 15 days of this notice. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 29 units of a specific transducer (NSN 7H-6695-014747859) for repair or modification purposes. The procurement is characterized by the government's determination that it is uneconomical to acquire the data or rights necessary for purchasing or contracting repair from additional sources, thus limiting the solicitation to a single source under FAR 6.302-1. This transducer is critical for various defense applications, and interested parties are encouraged to submit their capabilities or proposals within 45 days of this notice, with a shorter timeframe of 30 days applicable if an award is made under an existing Basic Ordering Agreement. For further inquiries, potential vendors can contact Nghia V. Truong at (717) 605-3680 or via email at Nghia.Truong@navy.mil.
Time Tagger
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.