Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOURCES SOUGHT

66 -- USAFA DFPM Microwave Equipment Sources Sought

Notice Date
7/23/2025 1:46:48 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
USAFADFPMMicrowaveEquipmentRFI
 
Response Due
7/30/2025 1:00:00 PM
 
Archive Date
08/14/2025
 
Point of Contact
John Perry, Phone: 7193337204, April Delobel
 
E-Mail Address
john.perry.33@us.af.mil, april.delobel.1@us.af.mil
(john.perry.33@us.af.mil, april.delobel.1@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The United States Air Force Academy (USAFA) Dean of Faculty Department of Physics has a requirement to purchase various microwave instruments. The North American Industry Classification System (NAICS) Code proposed is 334516 � Analytical Laboratory Instrument Manufacturing. The size standard is 1000 employees. The proposed contract is contemplated as a firm-fixed price contract. USAFA is interested in vendors capable of providing one or more of the following instruments with the salient characteristics listed below: 1. 40 GHz Microwave Signal Generator with the following characteristics: Tuning over a frequency range of at least 100 kHz to 40 GHz. High power output option as specified: Power output at least 19 dBm at 40 GHz. Power output at least 23 dBm at 10 GHz. Reference frequency error less than 10e-7. Frequency sweep mode. Mechanical and electronic step attenuation. Low harmonic filtration for frequencies less than 2 GHz. Pulse modulation minimum pulse width less than 20 ns. Pulse repetition frequency at least 25 MHz. 2. X-Band Microwave Pulse Power Amplifier with the following characteristics: Solid state amplifier with at least 500 W output power. Optimized for microwave pulse amplification. Frequency range 9 � 10 GHz. Duty cycle no less than 1% at maximum power. Pulse lengths up to at least 5 �s at maximum power. Compatible with Flexline X-Band waveguides and resonators. 3. X-Band Microwave Resonator with the following characteristics: Broadband rf tuning. Sample access at least 4 mm. Resonant frequency when empty to be about 9.8 � 0.5 GHz. Optical access for laser beams. Must be able to be used in a high vacuum chamber, specifically mounted on the inside of a vacuum flange. If you can supply one or more of the above listed instruments, please submit a capabilities package in response to this notice. Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date. Delivery is FOB: Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial services related to this effort. Indicate in your capabilities package if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Email your responses to: John Perry, Contract Specialist, at john.perry.33@us.af.mil AND April Delobel, Contracting Officer, at april.delobel.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 30 Jul 2025 at 2:00 PM MDT. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90f99147b6eb4b10be56a44ac4a31bac/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07521876-F 20250725/250723230055 (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.