Opportunity

SAM #FA461326Q1028

Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey at F.E. Warren AFB

Buyer

No official U.S. federal government entity found

Posted

April 03, 2026

Respond By

April 16, 2026

Identifier

FA461326Q1028

NAICS

541330

This opportunity seeks small business input for a potential contract to conduct an Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey at F.E. Warren Air Force Base, Wyoming. - Government Buyer: - U.S. Department of Defense, Department of the Air Force, Air Force Global Strike Command, 90 CONS PK - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Comprehensive assessment of the existing Very High Frequency (VHF) and Ultra High Frequency (UHF) Land Mobile Radio (LMR) network - Spectrum propagation analysis to identify signal dead spots - Performance analysis of eight repeater sites - Delivery of electronic signal propagation maps and a comprehensive report with actionable recommendations - All labor, materials, equipment, and transportation required for the assessment - Unique or Notable Requirements: - Survey must cover the entire base and the 9,600 sq. ft. missile complex - Deliverables must comply with the Performance Work Statement (PWS) - NAICS code 541330 (Engineering Services) applies - Place of Performance: - F.E. Warren Air Force Base, Wyoming - Contracting office located at 7505 Barnes Loop, Bldg 208, FE Warren AFB, WY 82005-2860

Description

Sources Sought / Request for Information (RFI)

Notice Number: FA461326Q1028

Description: PKB Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey (Service) (Sources Sought/RFI)

1.0. SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI)

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP) Contract at F.E. Warren AFB, Wyoming, on a total small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541330 - Engineering Services, with a size standard of $25.5M.  If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.   

2.0. DESCRIPTION OF ANTICIPATED NEED:

A need is anticipated for a comprehensive Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey. The objective will be to obtain a detailed assessment of the existing Very High Frequency (VHF) and Ultra High Frequency (UHF) LMR network to identify system deficiencies and receive actionable recommendations for improvement. The contractor shall provide all labor, materials, equipment, and transportation necessary to assess the LMR network across F.E. Warren AFB and the entire 9,600 sq. ft. missile complex. The primary services include assessing VHF/UHF spectrum propagation to identify all signal 'dead spots,' analyzing the performance of 8 specified repeater sites, and providing electronic signal propagation maps and a comprehensive report on deficiencies and performance recommendations in accordance with the Performance Work Statement (PWS).

The Government has not previously contracted for similar services. The new contract is anticipated to be a Firm-Fixed-Price contract.

 

3.0.  RESPONSE SUBMISSION:

Responses: All responses regarding this sources sought / RFI must be submitted by email to the points of contact below no later than 11:00 AM MST on Thursday, April 16, 2026.

Contract Specialist, Brandon Bartlett (brandon.bartlett.2@us.af.mil)  Contracting Officer, Patrick Enriquez (patrick.enriquez.4@us.af.mil)

In response to this sources sought, please provide:

Completed Attachment 1 – Contractor Response Form Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor.  If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in construction and providing comparable services.  Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).  If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.     What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?  Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008). Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB). Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Please include your bonding capacity/capability, to include the single project and aggregate limits. Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns.

View original listing