TELEMETRY BEST SOURCE SELECTOR
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 96th Test Systems Squadron (TSSQ), under the Department of the Air Force, is conducting market research through a Request for Information (RFI) for Telemetry Best Source Selector Systems. This RFI seeks capabilities statements from both small and large businesses for procurement and sustainment support of these systems at the Eglin Gulf Test and Training Range (EGTTR). The goal is to understand current Commercial-Off-The-Shelf (COTS) and Government-Off-The-Shelf (GOTS) solutions. Responses are due May 22, 2026.
Scope of Work
The Government is interested in Telemetry Best Source Selector Systems that can:
- Group and process up to 80 Telemetry receivers tracking nine 20 Mb/s telemetry transmitters.
- Offer a clear and cost-effective upgrade path to support higher data rates (e.g., 50MB/s).
- Provide an easy-to-use interface requiring minimal operator training.
- Utilize IRIG Standard 218-20 (Telemetry Over Internet Protocol) and Data Quality Metric (DQM)/Data Quality Encapsulation (DQE) as defined in IRIG Standard 106-25R1 Appendix 2-G.
- Provide both conditioned serial and network data stream outputs, capable of simultaneously outputting multiple independent processed data streams.
- Comply with Department of War (DoW) network rules and DISA Security Technical Implementation Guides (STIGs).
Desirable capabilities include: TMoIP (IRIG-218) source ingest (1G/10G NIC), TMoIP in/Analog-Digital out, exposed user software API, event logging, up to 8 sources in a selection group, time stitching/alignment, and acceptance of various time sources (IRIG-A, IRIG-B, PTP, NTP).
Information Requested
Interested sources must demonstrate capacity, capability, and verifiable past performance in:
- Procuring, providing, and installing materials, spare parts, and consumables.
- Designing, testing, modifying, and installing system components.
- Repairing, refurbishing, and maintaining to manufacturer specifications.
- Operating, calibrating, aligning, tuning, and verifying performance.
- Procuring new Best Source Selector systems.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Due: May 22, 2026, 5:00 PM ET
- Published: April 8, 2026
Submission Requirements
Vendors should submit a white paper (max 8 pages, 8.5x11, 12pt font) and/or a PowerPoint presentation (max 16 slides) electronically to Mr. Anthony Aldrich at 96TSSQ.RNXT.RNXTRFI@US.AF.MIL. Submissions should be PDF, Microsoft Word, or PowerPoint files.
Required administrative information (not counting towards page limits): Company name, mailing address, CAGE code, POC, phone, email, website, business size status (e.g., 8(a), HUBZone, SB, LB), and foreign-owned/controlled status.
Additional Notes
This RFI is for market research and planning purposes only. It is not a Request for Proposal (RFP) or an obligation to acquire products/services. The Government will not reimburse respondents for submission costs. Not responding does not preclude future participation.