FA2543BuckleyRAWSATCALS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting market research via a Sources Sought / Request for Information (RFI) for Radar, Airfield & Weather Systems (RAWS) Air Traffic Control and Landing Systems (ATCALS) Test Sets at Buckley Space Force Base, CO. This RFI aims to identify vendors capable of providing specialized test equipment to maintain FAA certification for critical ATCALS. Responses are due May 1, 2026, at 1:00 PM Mountain Time.
Scope of Work
The requirement is for three (3) test sets essential for maintaining ATCALS equipment, including AN/FRN-45C (TACAN), CM300/350 UHF & VHF Transceiver Radios, AN/FSC-127 (ETVS), AN/GRN-29/30/31 (ILS), PRC-113 Transceiver Radio, and Transmission Impairment Measurement Set (TIMS). The test sets must be fully integrated units featuring a power meter, RF frequency counter, modulation analyzer, audio generator, level meters, spectrum analyzer, and oscilloscope. Key capabilities include 6 GHz range extension, Cable and Antenna Analysis (DTF/VSWR/IL/RL), and Vector Network Analyzer functions. The system must be compatible with the USAF Test System, include preloaded procedures, predefined setup files, and a complete cable and adapter kit. A 5-year total hardware warranty and calibration are required, with the test set set up in the USAF PMEL system for annual calibration.
Market Research & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 334511 (Miscellaneous Communication Equipment)
- Set-Aside: None specified (market research phase)
- Response Due: May 1, 2026, 1:00 PM Mountain Time
- Published: April 24, 2026
Vendor Response Requirements
Interested vendors are requested to provide information addressing:
- Fastest delivery time (within 60 days ARO, by July 30, 2026, is target).
- Technical capability to provide supplies, compliance with Air Force regulations, integration with current systems, and a recent similar delivery.
- Rough Order of Magnitude (ROM) or estimated cost range.
- Alternative NAICS codes.
- Required certifications for equipment use/installation.
- Availability on pre-priced contract vehicles (e.g., GSA schedule) and authorized reseller status.
- Bulk quantity discounts and warranty options.
- Company information (name, address, POC, CAGE/DUNS, FAA certification).
Additional Notes
This is for market research only and is not a solicitation or request for quotes. The government will use responses to determine the method of procurement for a future solicitation.
Contact Information
- Primary Contact: SSgt Ethan Sullivan (ethan.sullivan@spaceforce.mil)
- Phone: 720-847-6446