Radio Systems Communication Upgrade (RSCU)
ID: FA446025Q0321Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to engineer, furnish, install, and test a Radio Systems Communication Upgrade (RSCU) at Little Rock Air Force Base in Arkansas. The project involves converting existing Time Division Multiplexing (TDM) Channel Banks to fiber optic transmission systems for the 19 OSS Flight Line Radio Systems, requiring compliance with TIA Telecommunication Installation and Testing Commercial standards. Interested small businesses must submit their proposals, adhering to the outlined requirements and evaluation criteria, with the contract performance period set for 120 days from award. For further inquiries, potential offerors can contact Emmanuel Okindo at emmanuel.okindo.1@us.af.mil or Lukas-Sebastian Ashley at lukas-sebastian.ashley@us.af.mil.

    Files
    Title
    Posted
    This addendum outlines essential instructions for offerors submitting proposals for commercial products and services to the government. It details the submission requirements, emphasizing that offers must conform to all solicitation terms and conditions to be considered responsive. Key elements required in an offer include the solicitation number, submission deadline, offeror contact information, a detailed technical description of items, warranty terms, a price breakdown, SAM.gov registration validation (including CAGE Code), acknowledgment of amendments, past performance information, and a Project Support Agreement with a technical approach plan addressing all performance areas in the Statement of Work. Offers must remain firm until September 30, 2025, with an option for vendors to extend this period. Failure to provide required information or rejection of terms may lead to disqualification, ensuring that only comprehensive and compliant proposals are evaluated.
    This addendum outlines the evaluation criteria for federal government solicitations for commercial products and services. The government will award contracts to the most advantageous offeror based on price, technical capability, and past performance. Offers will be ranked by price, and a technical evaluation will determine if they are "Acceptable" or "Unacceptable." The process continues until at least three offerors are deemed technically acceptable. If fewer than three offers are received, all will undergo technical evaluation. If no offers are acceptable, no award will be made. The government reserves the right to communicate with offerors and to not select a contractor based on offer quality or fund availability. A written notice of award results in a binding contract.
    The document serves as an addendum to the Instructions to Offerors for Commercial Products and Services as part of a government solicitation. It outlines the requirements and procedures for submitting offers, indicating that contracts will be awarded based on the most advantageous proposal to the government, considering price and other evaluation factors. Offerors are required to provide detailed documentation, including the solicitation number, technical descriptions, price breakdowns, and past performance information. A Project Support Agreement and a technical approach plan addressing performance requirements must also be submitted. Offers must remain valid until at least September 30, 2025, emphasizing compliance with all solicitation terms. The document underscores the importance of meeting all requirements to avoid being deemed non-responsive, ensuring a thorough evaluation process for government procurement. This addendum reflects essential elements in government RFP processes, maintaining transparency and competitive standards.
    This document outlines the evaluation criteria for government contracts related to commercial products and services as per solicitation requirements. The government will award contracts based on the most advantageous offers, considering price and other factors such as technical capability. Key evaluation factors include: 1. **Price** - Offers are ranked by total price, with the government assessing the completeness and reasonableness of the submitted pricing. 2. **Technical Capability** - Offers deemed either "Acceptable" or "Unacceptable" based on compliance with the Statement of Work (SOW) requirements. A minimum of three acceptable offers must be identified for further consideration; otherwise, all offers will undergo evaluation. Following evaluations of price and technical capability, the most favorable offer representing the best value will be awarded. The government reserves the right to engage with offerors as necessary and can choose not to select contractors based on the submissions and funding availability. A contract will be formed upon notification of award within the acceptance timeframe specified in the offers. This document serves as a guideline for ensuring that offers meet required standards while allowing flexibility in evaluating submissions for governmental procurements.
    This government file, FA446025Q0321, outlines various clauses incorporated into federal government solicitations, covering a wide range of regulations from defense acquisition and supply chain security to labor standards and financial reporting. Key clauses address prohibitions on certain telecommunications equipment, requirements for unique item identification and valuation, and instructions for electronic payment submissions via Wide Area WorkFlow (WAWF). It details contractor responsibilities regarding supply chain integrity, offers from single sources, and adherence to
    The document FA446025Q0321 outlines the clauses and requirements applicable to federal contracts, particularly focusing on items related to compensation, telecommunications equipment, and unique item identification for Department of Defense (DoD) procurement. It references various clauses regarding compensation for former DoD officials, whistleblower rights, vendor performance, and prohibitions on products from certain regions, including materials produced under potentially exploitative conditions. Additionally, the document includes specific instructions for item unique identification, emphasizing the need for robust traceability of products exceeding a set acquisition value and detailing procedures for submitting payment requests through the Wide Area Workflow (WAWF) system. It mandates that contractors provide accurate representations and certifications, addressing aspects such as ownership status, compliance with affirmative action, and taxes, along with prohibitions related to certain telecommunications and services. Overall, the document serves as a comprehensive guide for contractors to ensure compliance with federal acquisition regulations while promoting transparency, ethics, and accountability in government procurement processes.
    The document serves as a placeholder message for a government file, indicating that the intended content—likely an RFP, grant, or similar official document—could not be displayed. It suggests that the user's PDF viewer may be outdated or incompatible, recommending an upgrade to the latest version of Adobe Reader. The message provides links for downloading the software and seeking further assistance. This implies that the original file was likely a PDF document disseminated by a government entity, and the current display issue prevents access to its contents, which would typically detail solicitations, guidelines, or other official communications relevant to federal, state, or local government procurement or funding opportunities.
    The document appears to be an access notice for a PDF file related to federal government RFPs, grants, and state/local RFPs, indicating a potential issue with the PDF viewer not being able to display the contents. It suggests upgrading to the latest version of Adobe Reader for optimal viewing. While specific content from the government file is not provided, it typically would include important information regarding funding opportunities and requests for proposals relevant to various governmental levels. These documents often outline key requirements, eligibility criteria, and application procedures for potential recipients, aiming to streamline funding processes and encourage participation from eligible entities. The notice highlights the importance of proper technology for accessing government information efficiently.
    The document is currently inaccessible, displaying only an error message regarding the inability to load its contents. Therefore, no specific information or details regarding federal RFPs, grants, or state/local proposals can be summarized. It is recommended to ensure that the file is compatible with PDF viewers or to seek an alternative format for review. Without access to the actual content, it is impossible to identify main topics, key ideas, or any supporting details that would allow for an accurate summary. For a detailed analysis, a functioning document is necessary.
    The Department of the Air Force, Headquarters 19th Airlift Wing (AMC), Little Rock Air Force Base, Arkansas, issued an amendment to Solicitation FA446025Q0321 for a Radio Systems Communication Upgrade (RSCU). The primary purpose of this amendment is to change the NAICS code from 238210 (Electrical Contractors and Other Wiring Installation Contractors) to 541519 (Other Computer Related Services). All other terms and conditions of the original solicitation remain unchanged. The amendment was issued on July 29, 2025, and signed by TSgt Abigail R. Hebert, Contracting Officer.
    The memorandum from the Department of the Air Force, dated July 29, 2025, announces an amendment to the procurement request FA446025Q0321 concerning the Radio Systems Communication Upgrade (RSCU). The amendment specifically alters the North American Industry Classification System (NAICS) code from 238210, which pertains to Electrical Contractors, to 541519, which covers Other Computer Related Services. This change is intended to more accurately reflect the nature of the services required for the project. All other terms and conditions of the procurement remain unchanged. The communication emphasizes a streamlined approach, ensuring clarity in the contracting process for involved parties at Little Rock Air Force Base in Arkansas.
    This document addresses nine Requests for Information (RFIs) regarding an installation project, likely related to communications infrastructure within a government facility. Key clarifications include the Government Furnished Equipment (GFE) Fiber Optic Patch Panel (FOPP) installation timeline, with 19 CS coordinating with the contractor. It confirms CM300 radios use copper wire connections without modems and specifies the approval process for cutover methodology by 19 OSS/OSAM (RAWS), preferring one frequency channel at a time before 12:00 PM to minimize disruptions. Federal holidays are blackout dates, and after-hours work is not expected unless ATC operations are uninterrupted. The Government intends to use in-band management for the Fiber Optic Transmission System (FOTS) via TC View. A 1RU TC Communications card cage is acceptable if functional and space requirements are met. The 12-RU wall-mounted cabinet in Building 335 will be grounded by 19 CS, and the contractor is responsible for grounding new cabinets to the facility grounding bar. All new fiber connectors shall be LC to LC, with 19 CS providing dissimilar connectors if needed.
    The document indicates that the proper content is not displaying, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting a specified link or seeking further assistance from another provided link. The document also includes trademark information for Windows, Mac, and Linux. This content is likely a placeholder or an error message within a government file, rather than the core content of an RFP, federal grant, or state/local RFP itself.
    The document is unavailable for review as it does not contain any substantive content, only messages regarding PDF viewer compatibility. Therefore, a summary cannot be crafted. If the intended content provides information on federal government RFPs, federal grants, or state and local RFPs, it likely highlights funding opportunities, application processes, and eligibility requirements. Such documents typically aim to inform potential bidders or grant applicants about available financial support for projects beneficial to the public sector, encouraging thorough applications and compliance with governmental standards. However, without access to the actual document, a detailed or accurate summary cannot be produced.
    The Statement of Work (SOW) outlines the requirements for a contractor to Engineer, Furnish, Install, and Test (EFI&T) a Radio Systems Communication Upgrade (RSCU) at Little Rock AFB, Arkansas. This project will convert existing Time Division Multiplexing (TDM) Channel Banks to fiber optic transmission systems (FOTS) for the 19 OSS Flight Line Radio Systems. The contractor will provide all necessary equipment, labor, and materials, adhering to TIA Telecommunication Installation and Testing Commercial standards and base installation standards. The SOW details specific requirements for various locations on the base, including the GATR site (Bldg. 335), FAA Tower (Bldg. 214), Airfield Management (Bldg. 216), Command Post (Bldg. 314), and Alternate CP (Bldg. 160). All FOTS equipment must be manufactured by TC Communications, Inc. The project also includes providing operational training for government personnel on the new equipment and the TC View operations and maintenance capability. Comprehensive testing, including physical inspection, component validation, and operational tests, is required before final acceptance. The contractor must provide various deliverables, including an installation plan, test report, and as-built drawings. The period of performance is 120 days from contract award, with work performed during normal duty hours. The contractor is responsible for complying with all federal, state, and base safety and environmental regulations.
    The Statement of Work (SOW) outlines requirements for a contractor to engineer, furnish, install, and test a Radio Systems Communication Upgrade (RSCU) at Little Rock Air Force Base, Arkansas, aimed at modernizing the 19 OSS Flight Line Radio Systems through fiber optic connectivity. The project involves replacing outdated Time Division Multiplexing (TDM) systems with Fiber Optic Transmission Systems (FOTS), ensuring adaptability for various flying missions. Key tasks include provisioning fiber modems, installing equipment in multiple buildings, conducting thorough testing, and ensuring compliance with TIA standards. The contractor must manage logistics including site access, equipment provision, and worker training while coordinating with Government representatives. Duties encompass restoration of disturbed areas, adherence to safety protocols, and obtaining necessary environmental clearances. The project aims for completion within 120 days post-contract award and includes a warranty period for materials and workmanship. Overall, this initiative reflects the government's commitment to enhancing communication systems for operational efficiency and safety at the base.
    The document details various government solicitations and requirements across different departments and categories. It includes a wide range of services and supplies, such as general support, data-related services, facility maintenance, and security. The file also outlines specific line items with corresponding costs or estimated values, indicating a comprehensive procurement process. Key elements include calls for proposals (RFPs), grant opportunities, and state/local government contracts, emphasizing compliance and detailed specifications. The document highlights the diverse needs of government agencies, from administrative functions to specialized technical services, and underscores the structured approach to acquiring resources through formal solicitation processes.
    The unidentified government document discusses procurement processes related to federal grants, and state and local Requests for Proposals (RFPs). It emphasizes the importance of compliance with federal standards and regulations, highlighting the integral role these documents play in securing funding for various projects. The main focus is on establishing guidelines for applicants and recipients to ensure that proposals meet the necessary standards and serve public interests effectively. Key points include the necessity for detailed project descriptions, budget estimates, and timelines, alongside clear objectives that align with governmental priorities. There is an emphasis on transparency, accountability, and the importance of stakeholder engagement throughout the proposal process. Furthermore, the document outlines evaluation metrics to assess the viability and impact of proposed projects, ensuring meticulous scrutiny of submissions. In conclusion, the document serves as a foundational resource for understanding the intricacies of bidding processes within government projects, offering guidance on the necessary criteria for successful grant applications, thus promoting good governance and effective public service delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ELMR Transport Equipment Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the relocation of Enterprise Land Mobile Radio (LMR) equipment to a new Consolidated Communications Facility at Barksdale Air Force Base in Louisiana. The procurement is justified as a single-source acquisition due to the proprietary nature of the equipment, which can only be serviced and maintained by Motorola, the sole authorized vendor, as it possesses unique administrative configurations and warranty coverage. This relocation is critical as it aligns with the migration and demolition of legacy facilities, ensuring continued operational capability. Interested parties can reach out to Stephanie Prentice at stephanie.prentice@us.af.mil for further details regarding this opportunity.
    Local and Long-Distance Telecommunication Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking qualified businesses to provide Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The objective is to deliver essential telecommunication services, including 24/7/365 support, while transitioning from analog to VoIP systems, as outlined in the draft Statement of Work (SOW). These services are critical for maintaining effective communication infrastructure and must comply with existing government standards, including E911 compatibility and specific service requirements. Interested parties are encouraged to submit their qualifications and relevant information by October 3, 2025, at 10:00 AM Pacific Time, to the designated contacts, Michael Salone and Patrick Rangel, via the provided email addresses.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the FY26 Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to secure reliable telecommunication services that adhere to the specifications outlined in the attached Statement of Work, which includes requirements for service quality, outage management, and personnel qualifications. These services are critical for maintaining effective communication and operational readiness at the base. Interested small businesses must submit their quotes by December 18, 2025, with questions due by December 9, 2025, and are encouraged to contact Michael Salone or 1st Lt Nicholas P. Kortis for further information.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    *** SOLICITATION DATE AND SERVICE DATE CHANGE *** PROVIDE, INSTALL, AND MAINTAIN 10GB ETHERNET RE-AWARD WITH LAN-PHY ENCAPSULATION FROM ARKANSAS TO ALABAMA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of a 10GB Ethernet service from Arkansas to Alabama. This procurement aims to secure commercial telecommunications services that are critical for effective communication and data transfer within defense operations. The solicitation is structured as a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process. Interested vendors should submit their quotes, which must detail monthly recurring and non-recurring charges, by the specified due date, and can reach out to John Warner or Kevin Knowles for further inquiries.
    Building 254 Roll-Up Door #2
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Telemetry Radios
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    Local Exchange Services for Fort McCoy, WI.
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.