Yokota Air Base - Radio Frequency over Fiber
ID: FA520925Q014AType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5209 374 CONS PKAPO, AP, 96328-5228, 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)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Radio Frequency over Fiber (RFoF) link system to be delivered to Yokota Air Base in Japan. The procurement aims to enhance communication capabilities by providing a programmable bi-directional RFoF system operating within a frequency range of 3 MHz to 1.215 GHz, with specific requirements for four bi-directional channels and compliance with industry standards. This initiative is crucial for modernizing military infrastructure and ensuring reliable communication systems. Interested contractors must submit their quotes by June 20, 2025, and can direct inquiries to A1C Andre McNeil at andre.mcneil.1@us.af.mil or SrA Daniel Strouse at daniel.strouse@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation (RFP FA520925Q014A) containing clauses essential for contractors providing services or products to the Department of Defense (DoD). It specifies compliance requirements, employee rights, and incorporation of various clauses related to compensation of former DoD officials, whistleblower rights, telecommunications equipment, and supplier performance risk management. It emphasizes the prohibition of certain imported products, like those from the Xinjiang Uyghur Autonomous Region, amid concerns regarding human rights violations. Key clauses in effect cover topics like the unique identification of items, proper protocols for payment submission through the Wide Area WorkFlow (WAWF), and vendor qualifications including certifications for small businesses. The document also delineates responsibilities concerning antiterrorism measures for contractors operating outside the U.S., echoing the government’s commitment to compliance with regulations while enhancing procurement transparency and ensuring contractor accountability. Overall, the RFP represents a comprehensive guideline designed to ensure that contractors meet specified standards while facilitating communication and collaboration between the government and private sector.
    The document addresses technical inquiries regarding the Radio Frequency over Fiber (RFoF) system at Yokota Air Base, focusing on radio equipment, fiber optics, and power requirements. The radios planned for use include the AN/PRC-117G, AN/PRC-160, and KOR-24A, with an upcoming upgrade to the AN/PRC-167. Co-site interference will be managed through antenna separation and RFoF system design. The fiber optic connectivity involves using a single-mode fiber core across approximately 5 kilometers with patch panels for maintenance and redundancy options. Optical Aggregation will employ wavelengths for multiplexing multiple channels over a single fiber. The RF output power is assumed to peak at 20W, with operational outputs anticipated at +10 to +13 dBm. Overall, this document outlines technical specifications relevant to the RFoF project, emphasizing design considerations, operational efficiency, and power management, which will guide potential contractors in responding to federal RFPs for the project.
    The document is a Request for Quote (RFQ) from the 374 Contracting Squadron located at Yokota Air Base, Japan, for the procurement of an RF over Fiber Link System. It outlines the terms under which businesses can submit their quotes, including an emphasis on pricing, technical acceptability, and compliance with Federal acquisitions regulations such as electronic payment requirements. The RFQ was issued on June 11, 2025, with quotes due by June 20, 2025. An essential aspect includes the detail that the government may choose to award contracts based on the lowest priced offer that meets specified criteria. Offerors must provide detailed product specifications with their submissions, and delivery of the products will be to a specified military address in Japan. Included attachments consist of a Statement of Work, Q&A, and relevant provisions and clauses. This RFQ exemplifies the structured approach the government follows in seeking specific services and products while ensuring compliance and efficient procurement processes.
    The document outlines the Statement of Work for a request to provide a programmable bi-directional RF over Fiber (RFoF) link system at Yokota Air Base. The contractor is required to deliver a system operating within a frequency range of 3 MHz to 1.215 GHz, including four bi-directional channels, within 3-4 months of contract award. Key specifications detail the system's functionality, including optical and RF input specifications, management capabilities, and safety compliance with industry standards. Additionally, the contractor is responsible for providing extensive documentation, including assembly instructions and user manuals, alongside a one-year warranty with remote support. Critical deliverables include a fully operational system, complete documentation, warranty information, and compliance verification through test reports. This initiative aims to enhance communication capabilities at Yokota Air Base, confirming the government's ongoing commitment to modernizing military infrastructure through reliable technology solutions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    ULTRA-BROADBAND TERAHERTZ RADIO DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking innovative research proposals for the development of ultra-broadband terahertz radios operating above 100 GHz, aimed at enhancing future Air Force communications capabilities in contested spectrum environments. This Broad Agency Announcement (BAA) is an open, two-step process that will accept initial white paper submissions until September 19, 2028, with formal proposals by invitation only. The total estimated funding for this initiative is approximately $9.9 million, with individual awards ranging from $200,000 to $4 million over a period of up to 36 months, and multiple awards are anticipated. Interested parties should direct technical inquiries to Peter A. Ricci at peter.ricci.1@us.af.mil or 315-330-2427, and contractual questions to Amber Buckley at amber.buckley@us.af.mil or 315-330-3605.
    Telemetry Radios
    Dept Of Defense
    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.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) waveform onto operational radios. This Request for Information (RFI) aims to identify vendors with the necessary technical expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness for the radios used. The successful integration of this waveform is crucial for enhancing communication capabilities within military operations. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and experience, with questions due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Wifi Fleming Heights Andersen AFB, GU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of commercial internet services at Fleming Heights on Andersen Air Force Base in Guam. The project requires the provision of Wi-Fi services across multiple buildings, with specific internet speed requirements ranging from 25 Mbps to 150 Mbps, and mandates the use of Wi-Fi-compatible hardware while ensuring compliance with security regulations regarding telecommunications equipment. This procurement is designated as a Total Small Business Set-Aside, with a site visit scheduled for November 21, 2025, and proposals due by December 1, 2025, at 2:00 PM. Interested parties should contact Derick Fontyn at derick.fontyn@us.af.mil for further information and to confirm attendance at the site visit.
    Fiber J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to justify a contract award related to fiber network products and services at Eielson Air Force Base in Alaska. This procurement involves the acquisition of digital network products, which are critical for maintaining and enhancing the IT and telecommunications infrastructure. The Justification and Approval (J&A) process indicates the importance of these goods in supporting operational capabilities at the base. For further inquiries, interested parties can contact Garrett Guiliano at garrett.guiliano@us.af.mil or Justin Williams at justin.williams.18@us.af.mil.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Digital Intermediate Frequency System
    Dept Of Defense
    The Department of Defense, specifically the Product Manager Wideband Enterprise Satellite Systems (PdM WESS) at Fort Belvoir, Virginia, is seeking information from qualified systems integrators for the development of a Digital Intermediate Frequency (Digital IF) solution. The objective is to establish a flexible, modular, and standards-based Digital IF architecture across up to 18 SATCOM teleport sites worldwide, focusing on enhancing scalability, interoperability, and long-term sustainment of SATCOM ground segment solutions. This initiative is critical for integrating Digital IF technologies into the DoD SATCOM ground segment, ensuring operational advantages and compliance with Wideband Global System (WGS) certification. Interested vendors must submit their responses by December 29, 2025, and can direct inquiries to Keith Magaw at keith.a.magaw.civ@army.mil or Kristin Dacey at kristin.l.dacey.civ@army.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.