Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOURCES SOUGHT

59 -- F.E. Warren AFB WGF Bi-Directional Amplifier (BDA) Request For Information (RFI)

Notice Date
8/4/2025 11:08:08 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q1044
 
Response Due
8/13/2025 10:00:00 AM
 
Archive Date
08/28/2025
 
Point of Contact
Brandon Bartlett, Patrick Enriquez
 
E-Mail Address
brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil
(brandon.bartlett.2@us.af.mil, patrick.enriquez.4@us.af.mil)
 
Description
Sources Sought / Request for Information (RFI) Notice Number: FA461325Q1044 Description: F.E. Warren AFB WGF Bi-Directional Amplifier (BDA) Request for Information (RFI) This is a Request for Information Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP) Contract at F.E. Warren AFB, Wyoming, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 334220, Radio and Television Broadcasting and Wireless Communications Equipment, with a size standard of 1,250 employees. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why. A need is anticipated for a turn-key solution to improve LMR coverage within the Weapons Generation Facility (WGF), Building 1100, on F.E. Warren AFB (FEW AFB). The system shall utilize a fiber based Distributed Antenna System (DAS) and provide remote monitoring via a network connection. The project includes installing the required head end equipment and remote equipment with supporting RF infrastructure. Design goal is to provide coverage with a Delivered Audio Quality (DAQ) of 3.4 or better throughout the identified area. This project is to improve inside coverage for Building 1100 on FEW AFB via installation of a fiber DAS system. The DAS system shall provide an in-building coverage of at least 90% (all major hallways and occupied spaces, less those that deny entry to LMR radios, covered) with a Delivered Audio Quality (DAQ) of 3.4 or better, and Bit Error Rate (BER) of 2% or less. The system shall include a minimum of 12 hours of battery backup, provide a health monitoring function, and utilize Class A (channelized) amplification. The system shall be designed with redundancy in a hot-failover configuration, meaning that the loss of one piece of major equipment shall not impact operations. Health monitoring does not require hot failover. The Government has not previously contracted for similar services. The new contract is anticipated to be a Firm-Fixed-Price contract. In response to this sources sought, please provide: Completed Attachment 1 � Contractor Response Form Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns. Please answer the following questions: Recommendations to improve the approach/specifications/draft Statement of Objectives (SOO) to acquiring the identified items/services. What certifications or compliance standards (e.g., NFPA 1221, IFC, UL 2524) do your systems meet? How do you typically conduct pre-installation site surveys and RF propagation studies? What is the estimated installation timeline from award to final commissioning for a facility of this size (90,000 square feet)? What are common risks or pitfalls you�ve encountered during BDA system installs on military bases or secure facilities? Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. Questions related to this sources sought shall be sent no later than 13 August 2025. Electronic submissions only: Responses are due no later than 11:00am MST (Mountain Time) on 13 August 2025, to facilitate planning and ensure maximum consideration. Email attachments cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions. DO NOT SEND ZIPPED files as the Government�s network will remove all zipped files. Telephone inquiries will NOT be entertained. Interested businesses should provide a brief capability statement package (limited to no more than 10 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). Email the capability package to: Mr. Brandon Bartlett - Contract Specialist at email: brandon.bartlett.2@us.af.mil, AND Mr. Patrick Enriquez - Contracting Officer at email: patrick.enriquez.4@us.af.mil The email subject line should include: The Firm�s Name, �Response to the RFI for the F.E. Warren AFB WGF Bi-Directional Amplifier (BDA), FA461325Q1044.� **Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line. ATTACHMENT LIST: Attachment 1 � Contractor Response Form Attachment 2 - Statement of Objectives (draft)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3a70a85ac42467f97d14b28f20a22fc/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07535786-F 20250806/250804230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.