Vector Network Analyzer
ID: FA875125Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, 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

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Vector Network Analyzer (VNA) through a Combined Synopsis/Solicitation. The VNA must meet specific technical requirements, including a frequency range of 10 kHz to 20 GHz, a power accuracy of 4 dB, and a noise floor better than -100 dBm, while also being rack mountable and featuring Ethernet connectivity. This equipment is crucial for measuring and testing electrical signals, ensuring compliance with stringent government standards and enhancing operational capabilities. Interested small businesses are encouraged to reach out to Tabitha Haggart at tabitha.haggart@us.af.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details specifications for a Vector Network Analyzer (VNA) required for a government procurement. The VNA must have at least two ports, be rack mountable, and feature Ethernet connectivity. Key technical requirements include a frequency range of 10 kHz to 20 GHz, a power accuracy of 4 dB, and a noise floor better than -100 dBm. Additional requirements include adjustable IF bandwidth, specific crosstalk and match parameters, and compatibility with 3.5 mm (SMA) connectors. The procurement specifies a particular brand—Keysight Technologies—with model numbers provided, though equivalent products that meet or exceed these specifications will also be considered. Offerors must furnish detailed technical information to facilitate evaluation, as the government will not seek additional technical data. This document serves as part of a Request for Proposal (RFP) process, emphasizing compliance with stringent technical requirements to ensure functional and performance adequacy for governmental use.
    The document outlines the Offeror Representations and Certifications required for federal solicitations concerning commercial products and services, emphasizing compliance with various procurement regulations, including FAR and DFARS provisions. It informs offerors about the necessity to complete annual representations in the System for Award Management (SAM) to ensure the accuracy of their certifications regarding telecommunications equipment and services. Specifically, it highlights restrictions related to the use of covered telecommunications equipment, as mandated by the John S. McCain National Defense Authorization Act, preventing the procurement of equipment deemed as critical or essential components. The document stresses the importance of disclosures when providing such equipment or services and outlines procedures for assessing foreign versus domestic content under the Buy American Act. The intent is to ensure government procurement is compliant, secure, and provides transparency regarding the origins of products and services offered to federal agencies, thereby safeguarding national interests and promoting fair competition in government contracting.
    Lifecycle
    Title
    Type
    Vector Network Analyzer
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vector Network Analyzers
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking sources for the procurement of up to 43 Rhode & Schwarz ZNB40-N Vector Network Analyzers under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. These analyzers are essential for calibrating various electronic equipment utilized by the METCAL Program, ensuring precision and reliability in calibration efforts. The procurement emphasizes brand-name items from the Original Equipment Manufacturer (OEM) and includes requirements for technical manuals, calibration certifications, and a minimum one-year warranty for each unit. Interested parties can reach out to Andrew Davis at andrew.m.davis106.civ@us.navy.mil or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil for further details.
    Modulation Analyzer 8201A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two Boonton Modulation Analyzers (8201A) through a combined synopsis/solicitation process. These analyzers are essential for the calibration of avionics test station equipment, operating within a frequency range of 100 kHz to 2.5 GHz, and must meet specific technical requirements such as GPIB connection and Quasi-Peak Detection. This procurement is a total small business set-aside, emphasizing the importance of fair competition among small businesses, with proposals due by March 11, 2025. Interested vendors should contact Monica Cantabrana or SrA Micaiah Lampkin for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration.
    25-30497 Signal Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a signal generator under the contract FA8517-25-Q-0013, which is exclusively set aside for small businesses. The procurement aims to secure a signal generator (NSN: 6625-01-566-4561) that meets stringent military standards and operational requirements, ensuring compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. This equipment is critical for measuring and testing electrical signals, playing a vital role in various defense applications. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at carlos.renfroe.1@us.af.mil for further information.
    66--ANALYZER,SPECTRUM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of spectrum analyzers. This procurement aims to ensure the operational readiness and reliability of critical electronic testing instruments used in various defense applications. The goods and services sought are vital for maintaining the performance and accuracy of electrical and electronic properties measuring instruments, which play a crucial role in defense technology. Interested vendors can reach out to Andrew N. Phillips at 215-697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    AN/ALQ-131: Voltage Controlled Oscillators Sources Sought Synopsis
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is conducting a Sources Sought Synopsis to identify potential suppliers for the design, manufacture, and qualification of Voltage Controlled Oscillators (VCOs) for the AN/ALQ-131 Electronic Attack Pod. The procurement aims to find suppliers capable of meeting specific performance specifications and managing classified materials related to these components. The VCOs are critical for the functionality of the electronic attack systems, underscoring the importance of reliable and high-quality components in defense applications. Interested contractors, including large and small businesses as well as research institutions, are encouraged to submit their capabilities documentation by May 31, 2025, to Daniel Daniels at daniel.daniels.2@us.af.mil, noting that participation does not guarantee contract awards and expenses incurred will not be reimbursed.
    59--ATTENUATOR,VARIABLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of variable attenuators, classified under the PSC code 59 for electrical/electronic equipment components. This solicitation is set aside for small businesses, in accordance with FAR 19.5, indicating a commitment to support small business participation in federal contracting. The variable attenuators are crucial components in radio and television broadcasting and wireless communications, ensuring optimal signal strength and quality. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with proposals due by the specified deadline.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    ARC Amplifier
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of an RF Amplifier and an Electric Field Probe Kit, as outlined in the combined synopsis/solicitation notice N0017825Q6707. The RF Amplifier must operate within a frequency range of .01-225 MHz and deliver a power output of 2.5 kW, with specific shipping requirements to Dahlgren, Virginia. This procurement is crucial for enhancing the technological capabilities of defense-related operations, ensuring that facilities are equipped with advanced instruments for research and operational purposes. Interested contractors must submit their proposals by March 11, 2025, with the expectation of item delivery by June 20, 2025; for further inquiries, contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050.
    Combined Sources Sought/Notice of Intent to limit to brand name: Keysight Vector Signal Generator
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Keysight Vector Signal Generator through a combined sources sought and notice of intent to limit to brand name. This procurement aims to acquire specialized equipment essential for measuring and testing electrical signals, which is critical for various research and development activities within the institute. The performance will take place in Gaithersburg, Maryland, and interested vendors can reach out to Joni L. Laster at joni.laster@nist.gov or 301-975-6205 for further details. The notice emphasizes the importance of brand name specifications, indicating a focused requirement for this particular equipment.
    59--ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of antennas under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. Antennas are critical components in various defense communications systems, ensuring reliable and effective transmission of signals. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with the primary contact email being DibbsBSM@dla.mil.