Microwave System Replacement
ID: FA485525Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 27th Special Operations Contracting Squadron (SOCONS), is seeking qualified small businesses to provide a replacement microwave system at Cannon Air Force Base (AFB) and Melrose Air Force Range (MAFR) in New Mexico. The project aims to replace an existing unsupportable microwave system with a new Aviat microwave system that meets current and future bandwidth demands while ensuring high reliability and performance for connectivity between the two sites. This procurement is critical for maintaining operational capabilities and achieving a minimum throughput of 400 Mbps with 99.999% reliability across multiple links. Quotes are due by September 3, 2025, at 12:00 P.M. Mountain Time, and interested vendors must contact Monica Cantabrana or Logan Gaib for further details and to confirm attendance at the site visit scheduled for September 10, 2025.

    Files
    Title
    Posted
    The Cannon Microwave Project Statement of Objective outlines the replacement of an unsupported microwave system at Cannon Air Force Base (AFB) and Melrose Air Force Range (MAFR) in New Mexico with a new Aviat system. The project aims to provide high reliability and performance, capable of handling current and future bandwidth demands. The scope is divided into three Contract Line-Item Number (CLIN) tasks, each addressing specific links between various buildings at MAFR and Cannon AFB. The required services include project management, system design, installation, optimization, equipment removal, acceptance testing, training, and maintenance. Key requirements include using JITC-approved Aviat microwave radios with AES-256 encryption, achieving 99.999% reliability for backhaul links with 400 Mbps throughput, and ensuring minimal disruption to operations during migration. The document also details site-specific requirements, extensive guidelines for site preparation (fiber-optic cabling, tower loading, grounding, lightning, cable trays, and surge protection), and implementation services such as design reviews, system engineering, spectrum support, and detailed testing procedures.
    The document outlines critical contract administration data, focusing on payment instructions via Wide Area WorkFlow (WAWF) and essential clauses for federal contracts. It details the WAWF system's access, training, submission methods, and specific routing data for payment requests and receiving reports, emphasizing electronic processing. The file also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference and full text. These clauses cover a broad range of requirements, including electronic submission, unique item identification, ethical conduct, supply chain security, labor standards, and environmental compliance. Additionally, it specifies rules for contractor access to Air Force installations and outlines the role of an ombudsman for resolving concerns related to the acquisition. The document underscores compliance, transparency, and efficient electronic processes for government contractors.
    The document, titled "Sole Source (Including Brand Name) Justification - Simplified Procedures for Certain Commercial Items," is a government file dated March 2023. It appears to be an internal document related to federal government procurement processes, specifically focusing on the justification for using a sole source, or brand-name, approach for acquiring certain commercial items under simplified procedures. The repeated mention of "CONTROLLED UNCLASSIFIED INFORMATION" on each page indicates that the content is sensitive but not classified at a higher level, suggesting it contains details relevant to government purchasing strategies and compliance. The document's structure, with consistent page numbering and headers, suggests it is part of a standardized template or official guidance for government contracting officers or departments involved in RFPs, grants, or similar procurement activities. It likely outlines the criteria, conditions, and procedures for justifying a non-competitive acquisition, ensuring accountability and adherence to federal regulations.
    The Department of the Air Force's 27th Special Operations Contracting Squadron (SOCONS) has issued a combined synopsis/solicitation (FA485525Q0050) for a Microwave System Replacement at Cannon AFB and Melrose Air Force Range (MAFR). This 100% Small Business Set-Aside, under NAICS code 334220, seeks a brand-name Aviat microwave system to replace an unsupportable existing one, enhancing bandwidth, reliability, and performance for connectivity between MAFR and Cannon AFB. Quotes are due by September 3, 2025, 12:00 P.M. Mountain Time, and questions by August 22, 2025. Evaluation prioritizes the lowest priced, technically acceptable quote, with technical acceptability requiring a specification sheet, a project execution plan (not exceeding 5 pages), and a proposed completion date. Vendors must be registered in SAM.gov and submit financial institution information for responsibility determination.
    The Department of the Air Force's 27th Special Operations Contracting Squadron (SOCONS) has issued a Request for Quotation (RFQ) FA485525Q0050 for a Brand Name Aviat microwave system replacement. This 100% Small Business Set-Aside (NAICS 334220) aims to replace an unsupportable system at Cannon AFB, NM, and Melrose Air Force Range (MAFR) to meet bandwidth demands and ensure high reliability between the sites. Quotes are due by August 29, 2025, at 12:00 P.M. Mountain Time and must be emailed to Amn Monica Cantabrana or SrA Logan Gaib. Evaluation criteria prioritize technical acceptability, past performance, and lowest price. Vendors must be registered in SAM and provide company details, estimated delivery time, payment terms, and technical literature. Financial institution information is required for responsibility determination. Multiple quotes are encouraged.
    This document addresses questions and answers regarding a Microwave System Replacement project, likely part of a federal Request for Proposal (RFP). Key clarifications include uncertainty about existing -48V DC power sources at each site, with a site visit offered for contractors to verify. The design goal for backhaul links A/B (Cannon Building 9 and Cannon Building 2302 to MAFR) is clarified as a combined minimum throughput of 400 Mbps, not per link, to achieve five 9s (99.999%) reliability. Finally, a correction is made to the PTP-600 link information for Sundale Gate and Control Tower (Building 5000), confirming that these links originate from 3161a, not 3161b, as initially stated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...