SPECIAL NOTICE
99 -- NOI to Sole Source: Radio Frequency Measurement, Analytic, and Direction Finding System
- Notice Date
- 8/18/2025 1:13:00 PM
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FCC WASHINGTON DC 20554 USA
- ZIP Code
- 20554
- Response Due
- 8/25/2025 1:00:00 PM
- Archive Date
- 09/09/2025
- Point of Contact
- Nereyda Dunn, James Batten
- E-Mail Address
-
nereyda.dunn@fcc.gov, James.Batten@fcc.gov
(nereyda.dunn@fcc.gov, James.Batten@fcc.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Federal Communications Commission�s Enterprise Acquisition Center (EAC) intends to award a sole source contract to CRFS Incorporated, located at 4230-D Lafayette Center Drive, Chantilly, VA 20051. The managing program is the Public Safety and Homeland Security Bureau, Operations and Emergency Management Division. The intent is to purchase RFeye Node 100-40, 100-18, and 40-8 sensor systems from Cambridge Radio Frequency Systems (CRFS). The FCC will procure the services under a Blanket Purchase Agreement (BPA) and the period of performance will be a (1) one-year base period and four (4) one-year options. The BPA will be used to purchase; sensor equipment; associated supplies and repair parts; technical support; training on the equipment; and obtain, as necessary, on-site field support in CONUS, OCONUS, and other locations as dictated by mission requirements. CRFS, as the manufacturer and sole distributor of the software and hardware, is the sole-source provider for the extended software maintenance (includes technical support and software and firmware updates) and hardware warranty for these items. The proposed contract action will be executed under the authority of FAR 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements,"" and will be conducted in accordance with FAR Part 13, ""Simplified Acquisition Procedures."" This notice pertains to the North American Industry Classification Code (NAICS) 334515 � Radiofrequency Measuring Equipment Manufacturing. Please note, this notice is NOT A REQUEST for competitive proposals. However, interested parties are invited to express their interest and capability to meet this requirement or to submit proposals by email only with �NOI Response � Radio Frequency � Company Name� in the subject line. Please ensure that all email correspondence includes the requested subject lines as stated above. Emails without the requested subject lines may not be seen, read, and/or reviewed and therefore will not be considered. All capability statements or proposals received within 7 days of this notice's publication will be considered by the Government. The Government reserves the right to decide not to compete this proposed contract based on the responses received. Information provided will primarily be used to determine whether a competitive procurement is warranted. The Government will not cover any costs incurred in responding to this notice, nor does this notice constitute a commitment to issue a solicitation or award a contract. Information provided in response to this notice will be used solely for informational purposes and will not be disclosed. Participation does not guarantee future business with the Government. Required Qualifications include but are not limited to: The required product must meet all of the operational requirements and be a commercial off-the-shelf solution or only include modifications of a type customarily available in the commercial marketplace. The system must be directly interoperable with an existing CRFS sensor constellation, as the FCC sensors must be able to integrate directly into it. The system must provide the required 100 MHz of instantaneous bandwidth combined with the ability to survey up to 40 GHz. The system must have edge processing capabilities to limit the backhaul bandwidth required. The product must be an all-weather solution capable of operating for extended periods in austere, high-temperature environments without needing an additional protective covering.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d96c77755b84d3aacdc54f201607f13/view)
- Place of Performance
- Address: Washington, DC 20554, USA
- Zip Code: 20554
- Country: USA
- Zip Code: 20554
- Record
- SN07554643-F 20250820/250818230044 (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 |