Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2025 SAM #8678
SOURCES SOUGHT

58 -- Electromagnetic Spectrum Operations systems

Notice Date
8/28/2025 10:03:32 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-25-R-EMSO
 
Response Due
9/30/2025 12:00:00 PM
 
Archive Date
10/31/2025
 
Point of Contact
Bryant Soule, Cody Owens
 
E-Mail Address
Bryant.Soule@us.af.mil, cody.owens.4@us.af.mil
(Bryant.Soule@us.af.mil, cody.owens.4@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS NOTICE IS ISSUED FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal, nor does it represent any commitment by the Government. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Department of the Air Force (DAF) has a requirement to support multi-domain, multi-modal, multi-node Electromagnetic Spectrum Operations (EMSO) capability towards network-enabled non-kinetic and kinetic military operations in expeditionary and tactical environments as part of an integrated kill chain against adversary threat actors. This effort requires the procurement of capable EMSO systems along with the associated pre-planned product improvement (P3I), testing, training, operations, maintenance and sustainment support required for the duration of the product lifecycle. See DRAFT Statement of Scope (SOS) (Attachment #1) The Government anticipates the future award of an Indefinite Delivery/Indefinite Quantity (ID/IQ) style contract to procure the items and estimated quantities outlined in the attached DRAFT Price Schedule (Attachment #2) The purpose of this notice is to solicit feedback on the attachments referenced above and to gauge the availability of industry sources that would be interested in this requirement. Comments on the feasibility of the requirements and CLIN structure/type are requested. Recommended acquisition strategies are also welcome, especially those that involve opportunities for innovation and/or streamlining. E.G. would you consider this requirement to coincide with anything available in the commercial industry? Are there any known existing contracts for these requirements the Government should look at? In order for the DAF to better understand the capabilities of the industry, please address the following questions in your response: Does your company have experience working with the government? Does your company have experience as a systems/technology integrator? Does your company have experience developing and conducting training? Are members of your company able to accomplish overseas travel? Does your company perceive any International Traffic in Arms Regulations (ITAR) issues associated with this effort? What is your company's propsoed method to validate/demonstract compliance with the environmental requirements of the SOS? What is your company's plan to sustain/maintain sufficient spare parts for the proposed system? What is your company's plan to ensure that the hardware componants that comprise the EMSO systems are covered by strong warranty protection? What is your company's approach to controlling the product and shipping weight of the EMSO system? Does your company have the ability to ship worldwide to include remote locations? What does your company intend to accomplish in-house versus sub-contracting? Would your company provide the EMSO systems with minimum Government Purpose Rights (GPR) to all technical data as well as to all hardware, firmware and software that was not already purely commercial? The anticipated North American Industry Classification System (NAICS) Code will be 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing The small business size standard for this NAICS is 1250 employees and Product Service Code (PSC) 5820 radio and television communication equipment, except airborne. However, the Government will accept recommendations of alternative NAICS and PSC designations if interested sources would like to submit for consideration along with a supporting rationale. Interested firms who can supply the requirements in the Attachment #1 should submit in writing an affirmative response, which includes as a minimum the following information: What is the name of your business and UEI/SAM designation? Provide a points of contact to include telephone number and email address. Specify your business type (SBA certified Small Business, Small Disadvantaged Business, 8(a) Certified Small Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business) based upon NAICS 334220. Specify all that apply. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513. Identify any contracts completed in the past three (3) years for the same or similar items to help determine your firm�s capability in meeting the requirements for the items listed. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. Please also provide subcontracting percentages and dollars for the projects identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a84efd68b79f4460a510d1641a0dada5/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN07572117-F 20250830/250828230057 (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.