SOLICITATION NOTICE
B -- Electromagnetic Spectrum (EMS) Services, Applied Engineering, & Mobile Services Provider (MSP) Support
- Notice Date
- 11/5/2025 7:57:56 AM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 20755-0549 USA
- ZIP Code
- 20755-0549
- Solicitation Number
- RFP-HC104726R0014
- Response Due
- 11/11/2025 10:00:00 AM
- Archive Date
- 11/26/2025
- Point of Contact
- Ramona Lin, Octavia Griffith
- E-Mail Address
-
ramona.y.lin.civ@mail.mil, octavia.griffith.civ@mail.mil
(ramona.y.lin.civ@mail.mil, octavia.griffith.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Information Systems Agency (DISA) has a requirement for Electromagnetic Spectrum (EMS) Services, Applied Engineering, & Mobile Services Provider (MSP) Support services. This Request for Proposal is to solicit offers for this requirement. DISA Program Executive Office (PEO) Transport must provide Electromagnetic Environmental Effects (E3) engineering support services prior to the installation of new, modified, or upgraded commercial telecommunication services on the Department of Defense (DoD) and Federal Property. The purpose of this requirement is to procure E3 and spectrum engineering support services to analyze equipment and systems for potential E3 problems and recommend solutions. Analyses will determine the potential for electromagnetic interference from proposed commercial telecommunication system transmitters to existing and planned military, Government, and commercial spectrum dependent systems. The analyses will employ Government-supplied worldwide frequency assignment databases, extensive equipment parameter databases, and sophisticated analysis models that can predict potential interference for the proposed commercial transmitting systems. The contractor shall determine the potential for electromagnetic radiation hazards from the proposed telecommunications system transmitters to personnel, fuel, and ordnance with electrically initiated devices. PROPOSAL DUE DATE: There are two phases for this solicitation. Please review the notional schedule for this procurement in the solicitation. ** Phase One proposals are due NLT 11 NOV 2025, 1:00 PM ET.** The Phase Two proposal due date will be provided with the instructions provided to offeror�s if the offeror is selected to proceed to Phase Two. The notional schedule provides an estimated due date for the Phase Two proposals. Please see the Request for Proposal for additional information. **Please note, funds are not presently available for this effort, and no obligation shall be committed until funds are available. No legal liability on the part of the Government for any payment may arise until funds are made available.** UPDATE -27 OCT 2025: The purpose of amendment 0001 is to: 1) Provide clarification by adding Performance Work Statement task mappings to Section L and M; and 2) To correct the order of importance for Phase 2, Factor 2, Subfactors 2 and 3 in Section M2.2.1. All other terms and conditions remain unchanged and in full force and effect. Changes to text are in red font and highlighted in yellow. The Phase One proposal deadline remains unchanged. UPDATE - 05 NOV 2025: The purpose of amendment 0002 is to: Incorporate a revised DD254, removing the North Atlantic Treaty Organization (NATO) Information access requirement and the Defense Technical Information Center (DTIC) authorization. (See Attachment 1); Update the ID/IQ Performance Work Statement (PWS) in the solicitation. (See Section 11.2); Update Section L1.2.2 and L3.5 to remove the NATO access requirement; Update Section M2.1.1 to remove the NATO access requirement; Update the Q&A to incorporate new questions and answers and to provide an updated response to questions 13, 30, and 35. (See Attachment 8); and Extend the Phase One proposal deadline to 11 NOV 2025. See the updated notional schedule in Section L2.1 and updated Phase One proposal due date in Section L2.3. Changes to the RFP are in red font.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f5a2947c09084e8ca37dbc92fbcec088/view)
- Place of Performance
- Address: Fort George G Meade, MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN07635538-F 20251107/251105230037 (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 |