Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Government is seeking information for a Bi-Directional Amplifier (BDA) system at F.E. Warren AFB. This RFI aims to gather insights from small businesses to support a potential Firm-Fixed-Price contract. Interested parties should provide their capabilities and recommendations by August 13, 2025, to facilitate planning and competition.
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:
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)
F.E. WARREN AFB WGF BI-DIRECTIONAL AMPLIFIER (BDA) REQUEST FOR INFORMATION (RFI) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.