PKB Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey (Service) (Pre-Solicitation Notice)
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, 90th Contracting Squadron, is issuing a Pre-Solicitation Notice for an Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey at F.E. Warren AFB, WY. This effort aims to identify system deficiencies and provide actionable recommendations for the existing LMR network across the base and its 9,600-square-mile missile complex. This is a Total Small Business Set-Aside.
Scope of Work
The successful contractor will provide all labor, expertise, and equipment for a comprehensive ELMR Propagation Coverage Survey. Key tasks include:
- Assessing Very High Frequency (VHF) and Ultra High Frequency (UHF) spectrum propagation to identify areas with signal strength below -95 dBm for 5-watt and 50-watt transmitters across the entire missile complex, 15 Missile Alert Facilities (MAFs), and 150 Launch Facilities (LFs).
- Providing statistical data on overall network capabilities, including effective radiated power output (ERP), voltage standing wave ratio (VSWR) of 8 repeater sites, reference signals received power (RSRP), and signal-to-interference ratio (SINR).
- Analyzing existing bandwidth utilization and capacity of microwave or fiber backhaul circuits.
- Delivering electronic signal propagation maps (ESRI Shapefile, KML, PDF) and a comprehensive report detailing deficiencies, performance recommendations, and a consolidated system-wide analysis.
Contract & Timeline
- Opportunity Type: Pre-Solicitation Notice (FA461326Q1035)
- Anticipated Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside
- NAICS: 541330 (Engineering Services, $25.5M size standard)
- PSC: R425 (Support- Professional: Engineering/Technical)
- Place of Performance: F.E. Warren AFB, WY (No telework permitted)
- Period of Performance: 120 calendar days following contract award.
- Anticipated Award: On or about late May 2026.
- Pre-Solicitation Notice End Date: May 6, 2026, 3:00 PM MT (This date is associated with the pre-solicitation notice; it is not a proposal submission deadline).
Evaluation & Requirements
Award will be made using a Lowest-Price Technically Acceptable (LPTA) evaluation methodology. Quotes will be assessed on a pass/fail basis for technical acceptability, including PWS requirements, personnel qualifications, and security criteria. The Government intends to evaluate only the three lowest-priced submissions if three or more quotes are received and reserves the right to award without discussions.
- Personnel Requirements: Contractor personnel must possess a final, adjudicated SECRET security clearance and Motorola service certification.
- Deliverables: All data and final deliverables are classified at the SECRET level.
- SAM Registration: Active registration in SAM.gov is required at the time of quote submission.
Additional Notes
Prospective offerors should monitor SAM.gov for the release of the formal solicitation.