THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS
TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only.
Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract based on this notice or to pay for the information solicited. Respondents should not construe this notice as commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response.
- INTRODUCTION: This is the initial step in the planning process for the procurement of a commercial GPS spectrum and interference monitoring system.
The 377 MSG/PKB at Kirtland Air Force Base is looking to fulfill its current need of a commercial GPS spectrum and interference monitoring system that provides SA and interference detection/location capability to support multiple POFAs executed every year.
Below are all the requirements including the actual systems specifications, the antenna arrays specifications, and the controller specifications.
- Must have ability to identify when there is interference on the GPS L1 frequency (1575.42 MHz)
- Must have ability to identify when there is interference on the GPS L2 frequency (1227.6 MHz)
- Must be able to identify a line of bearing/angle of arrival for the interference occurring.
- Must have or be capable displaying spectral content of GPS L1 and/or L2 on the screen.
- Must have or be capable of having a screen interface that will display the effects of the interference and the line of bearing/angle of arrival occurring.
- Must have an antenna design for PNT-SA measurements
- Must have a accuracy of at 5 degree of better bearing accuracy to signal source
- Must be able to record the spectral content for later analysis
377 MSG/PKB anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract. NAICS code is anticipated to be 334220, size standard 1,250 employees.
- INSTRUCTIONS: All businesses capable of providing requirements listed above are invited to respond electronically.
Responses shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number, and indicate business size (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 334220, size standard 1,250 employees. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice.
Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision.
Statement of Capabilities are limited to 2 pages and should demonstrate the capability to provide the above requirement.
Responses must be received no later than 12 September, 2025, 12:00 PM MST and addressed to Contracting Specialist, SrA Edward Shults at edward.shults@us.af.mil and Contracting Officer, Mr. Kelly Scott at kelly.scott.8@us.af.mil.