Pre-Award Synopsis/Notice of Intent to Award Sole Source
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 Air Force Materiel Command, Air Force Life Cycle Management Center, Wright-Patterson AFB OH, intends to award a sole source Firm-Fixed Price contract for the procurement of a FieldFox N9913C portable analyzer and associated test equipment. This equipment is critical for maintaining NAVAIDS (Navigation Aid) systems, including localizer, glideslope, and TACAN, essential for Air Traffic Control communications. Capability statements are due by April 16, 2026, at 3 p.m. EST.
Scope of Work
This procurement is for the FieldFox N9913C portable analyzer and related test equipment, specifically identified as the Field Fox N9913C with options (210, 211, 215, 233, 302, 308), a Cal Kit (855191A), and a USB Power Sensor (U2061XA), along with a Peak Power Meter and Sensor. The equipment is required to support maintenance on critical NAVAIDS equipment. Key requirements for the FieldFox N9913C include:
- Supports testing of transmission interfaces and performance diagnostics (RF/coaxial and signal strength/return loss).
- Tests network infrastructure for RAWS equipment (Ethernet and IP).
- Ruggedized for outdoor/airfield conditions with 6-8 hours of operational battery life.
- Ability to save and export data.
- Meets NIST-traceable and USAF calibration standards.
- Requires additional vendor support.
Contract & Timeline
- Type: Pre-Award Synopsis/Notice of Intent to Award Sole Source (Firm-Fixed Price)
- Intended Awardee: Keysight Technologies
- Set-Aside: None (Sole Source Justification IAW FAR 13.106-1(b)(1))
- Response Due: April 16, 2026, at 3 p.m. EST
- Published: April 1, 2026
Evaluation
This is not a request for competitive proposals. The agency intends to award a sole source contract to Keysight Technologies based on prior market research and a determination that it is a sole source requirement. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government not to compete this action based on responses received is solely within the discretion of the Government.
Additional Notes
The Single Source Justification document provides additional details, noting the government's intent to preclude future single source or brand name awards by encouraging manufacturers to develop equipment compatible with existing RAWS systems and stringent technical standards. The estimated contract cost is redacted.