59 TES PCM Frame Synchronizer
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, specifically the 59 TES, is soliciting quotes for a PCM Frame Synchronizer under a Combined Synopsis/Solicitation (RFQ). This requirement is set aside for Total Small Businesses and seeks to procure specific modular dual stream PCM frame synchronizers and a desktop mounting chassis. The anticipated contract type is Firm Fixed Price (FFP). Quotes are due Thursday, May 21, 2026, at 1000 PDT.
Scope of Work
This opportunity requires the provision of specific hardware components as detailed in Attachment 1 - Items List. Key items include:
- LS-68-M2-B1-S1-N5: Modular Dual Stream PCM Frame Synchronizer/Decommutator with Dynamic Simulator, Ch4/Ch10 Streaming, and IRIG time. Requires 68M-DF chassis or customer-provided cooling.
- LS-68-M2-B1-S1-D64-N5: Similar to the above, but includes 64 GB of onboard storage for data recording/playback. Also requires 68M-DF chassis or customer-provided cooling.
- 68M-DF: Desktop Mounting Chassis to provide power and cooling for the LS-68-M units. Quantities for all listed items are specified as "1-5 units." Delivery is required within 90 Days ARO to Nellis AFB, NV, with inspection and acceptance at FOB Destination.
Contract Details
- Solicitation Number: F3GECA6107A001
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business (NAICS 334220, Size Standard 1,250 employees)
- Place of Performance: Nellis AFB, NV
Submission & Evaluation
Quotes are due Thursday, May 21, 2026, at 1000 PDT. Only electronic offers submitted via email to A1C Jessica Reed (jessica.reed.12@us.af.mil) and SSgt Chase Brandt (chase.brandt@us.af.mil) will be considered. Offerors must be registered in SAM.gov prior to contract award. Quotes must include product specifications, CAGE code, SAM Unique Entity ID, payment terms, discount terms, point of contact, phone, fax, email, and proposed delivery schedule.
Award will be made to the responsible vendor whose quote is the Lowest-Priced, Technically Acceptable (LPTA). This is an "all or none" requirement; vendors must quote the entire package. Technical acceptability requires adherence to instructions in FAR 52.212-1 and meeting all requirements stated in the solicitation and attachments.
Key Clauses Incorporated by Reference
Relevant FAR and DFARS clauses are incorporated by reference, including those pertaining to SAM registration, offeror representations, contract terms, small business programs, and various defense-specific requirements.