Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2025 SAM #8705
SPECIAL NOTICE

66 -- BroadSim GNSS Simulation Hardware and Software

Notice Date
9/24/2025 5:02:35 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DC5266A101
 
Response Due
10/10/2025 10:00:00 AM
 
Archive Date
10/25/2025
 
Point of Contact
Kristina B. Brannon
 
E-Mail Address
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
 
Description
The Air Force Test Center Operational Contracting Squadron (AFTC/PZIOAB) Eglin AFB, FL intends to award a sole source contract to Talen-X, Inc., 1610 SW Main St Ste 202 Ankeny, IA 50023, Cage: 7NK54, to provide BroadSim Global Navigation Satellite System Simulation Hardware and Software. The anticipated contract will be a Firm Fixed Price (FFP) Commercial Purchase Order. The statutory authority which permits other than full and open competition for this acquisition is 10 U.S.C. 3572, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901), as implemented by FAR 13.501. This authority is supported by an approved FAR subpart 13.5 Sole Source Justification. Competition is being limited to the manufacturer due to the BroadSim GNSS simulator being the only unit on the market that can meet very stringent requirements for our technical and security criteria. These include: - Support for classified military GPS signals: including Y-Code, MNSA, and AES M-Code, with DD-254 handling. - Multi-RF Output: real-time simulation of at least four RF outputs for dynamic spoofing/jamming environments. - Real-time threat modeling: integrated jamming and spoofing capability with scriptable scenario execution. - Compatibility with existing test infrastructure at 48 CTS Det 1, including integration with Panacea Field Test Suite. - Custom GNSS signal modeling, satellite data injection, and waveform generation for Red Force emulation. - Government-approved MAAP/STARS integration for ACN approvals. - Proven use by other DoD cyber and GPS test agencies. - Simulator must be capable of simulating 2000+ signals with real time control - Simulator must occupy a total of only 4U of rack space. 4U to include jamming and spoofing capabilities. - Simulator must support unlimited spoofers There are no value-added resellers of this equipment and a DD254 is involved; therefore, it is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 334511. The size standard as defined by the U.S. Small Business Administration is 1,350 employees. The anticipated award date is 11 October 2025. CLIN 0001: Part #: A-BSI-GENESIS-4R BroadSim Genesis Hardware Platform, 4 RF Outputs (Qty 1 Ea); CLIN 0002: Part #: A-BSI-DUO BroadSim Duo (Qty 1 Ea); CLIN 0003: Part #: BSIM-GPS-L1CA BSIM GPS L1 C/A (Qty 2 Ea); CLIN 0004: Part #: BSIM-GPS-L2C BSIM GPS L2C (Qty 2 Ea); CLIN 0005: Part #: BSIM-GPS-P BSIM GPS P-Code (Qty 1 Ea);5 CLIN 0006: Part #: BSIM-GPS-Y BSIM GPS Y-Code (Qty 1 Ea); CLIN 0007: Part #: BSIM-GPS-AESM BSIM GPS AES M-Code (Qty 1 Ea); CLIN 0008: Part #: BSIM-GPS-MNSA BSIM GPS MNSA (Qty 1 Ea); CLIN 0009: Part #: BSIM-ADV-JAM BSIM Advanced Jamming (Qty 1 Ea); CLIN 0010: Part #: BSIM-ADV-SPO BSIM Advanced Spoofing/Repeating (Qty 1 Ea); CLIN 0011: Part #: BSIM-CSI BSIM Custom GNSS Signals (Modulations and Nav Data) (Qty 1 Ea); CLIN 0012: Part #: BSIM-IQ BSIM IQ File (Qty 1 Ea); CLIN 0013: Part #: BSIM-PLG-IMU-STAG BroadSim IMU STANAG Plugin (Qty 1 Ea); CLIN 0014: Part #: PAN-FT-1YR-1USR PANACEA Field Test 1 Year 1 User (Qty 1 Ea); CLIN 0015: Part #: RXS-1YR-1USR RxStudio 1 Year 1 User (Qty 1 Ea); and CLIN 0016: Part #: PANO-1YR-1USR Panorama 1 Year 1 User (Qty 1 Ea) THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued on the Government Point of Entry. In accordance with FAR 5.102(e) copies of the solicitation can be obtained by contacting the Contracting Officer listed below. However, the determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses that are received by 12:00 pm CDT on 10 October 2025 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the items required or authorized to provide the item (in the event of brand name OEM requirements) and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Questions shall be submitted electronically to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e3cb8aeb69694630aefdc27bf18284cb/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07602690-F 20250926/250924230044 (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.