B1 LOA Range Array Test Set (RATS) UPGRADE
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 issuing a Solicitation for the B1 LOA Range Array Test Set (RATS) UPGRADE. This requirement is explicitly stated as sole-source to NSI-MI TECHNOLOGIES, INC. due to proprietary software and interoperability needs. The upgrade involves modernizing the Radio Frequency (RF) equipment for testing B-1 Low Observable Antennas (LOA) at Tinker AFB, OK. Despite the sole-source justification, the solicitation is designated as UNRESTRICTED. Offers are due by March 24, 2026, at 01:00 PM Local Time.
Scope of Work
The project requires a "turnkey" B1 LOA Range RF Upgrade, including procurement, delivery, installation, and training. Key deliverables include:
- New MI-3001 Workstation with Windows 11 and latest software.
- Specific RF components: ELE-VFA-S11 receiver, ELE-SRC-DS-0.01-20 Transmit Source, four ELE-MIX-1-26.5 Mixers, adapter cables, and modifications to four RF plates/assemblies.
- Replacement of 2-Port and 4-Port MUX units.
- Replacement of existing Windows Surface Tablet for positioner control.
- Program management and engineering services, including a telephonic kick-off meeting and one design review.
- Factory integration and test, followed by on-site installation, test, acceptance, and training at Tinker AFB, OK.
- One week of on-site support for Northrop Grumman (labor and travel) and 3-day remote support.
- A minimum 365-day warranty for equipment and workmanship.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: 12 Months from the date of award receipt for specified items.
- Product Service Code (PSC): 6625 (Electrical And Electronic Properties Measuring And Testing Instruments)
- NAICS Code: 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals)
- Size Standard: 750 employees
- Place of Performance: Tinker AFB, OK.
Submission & Evaluation
- Offer Due Date: March 24, 2026, 01:00 PM Local Time.
- Evaluation Factors: Technical (meeting requirements) and Price (completeness, reasonableness, realism, and unbalanced pricing).
- Registration: Vendors must be actively registered in the System for Award Management (SAM) to receive an award.
Special Notes & Eligibility
- Sole-Source Justification: The requirement is justified as sole-source to Ametek NSI-MI due to proprietary software (MI-710-C, MI-3000) and their role as the Original Equipment Manufacturer (OEM) with unique knowledge of the system. Market research confirmed NSI-MI as the only source.
- Export-Controlled Documents: Access to certain documents requires active registration on the Joint Certification Program (JCP) website and a current DD Form 2345 (Military Critical Technical Data Agreement).
- Contact: Tran Tran, PCO, at Tran.Tran.1@us.af.mil.