USDA; HF ALE Radio Systems
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 USDA Office of Homeland Security (OHS), National Security Systems Program (NSSP) is soliciting quotes for High Frequency (HF) Automatic Link Establishment (ALE) Radio System Test, Maintenance, and Training services. This Firm Fixed-Price contract aims to ensure continuous operation of critical communication systems at USDA facilities in Washington D.C., Elkins, WV, and Kansas City, MO. This is a Full and Open competition. Quotes are due by February 9, 2026, at 1:00 p.m. MT.
Scope of Work
The contractor will provide comprehensive support for HF ALE radio systems across three USDA locations. Key tasks include:
- Annual Periodic Maintenance: On-site physical inspection, maintenance, system configuration adjustments, antenna adjustments, software/firmware upgrades, radio programming, and remote quarterly communications tests. A "HF ALE Testing and Preventive Maintenance Site Visit Report" is required within 14 days of each visit.
- System Outage/Repair: Respond and initiate diagnostic testing within one business day for system outages or degradations. This includes telephonic/email assistance, on-site repair if necessary, coordination of warranty repairs, provision of loaner components, and repair of out-of-warranty equipment. Approximately three on-site visits per year per site are anticipated for repairs.
- Training and Operations Assistance: Provide remote and/or hands-on system operator training, including annual on-site training, training for software/firmware upgrades, and 24/7 telephonic/email support.
Contract Details & Timeline
- Solicitation Number: 12314426Q0028
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One Base Year (March 1, 2026 – February 28, 2027) and four 12-month Option Years, extending through February 28, 2031.
- Set-Aside: Not applicable (Full and Open)
- NAICS Code: 334220 – Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Product Service Code: 5810 – Communications Security Equipment And Components
- Place of Performance: USDA Headquarters (Washington, DC), U.S. Forest Service Office (Elkins, WV), and Bannister Federal Complex (Kansas City, MO).
- Questions Due: January 23, 2026, 11:00 a.m. MT
- Quotes Due: February 9, 2026, 1:00 p.m. MT
- Anticipated Award Date: Prior to March 1, 2026
Key Requirements & Qualifications
Offerors must demonstrate that personnel are certified on CODAN and DATRON brand radios and approved by the respective manufacturers to perform component-level maintenance, installation, operation, and training. Travel and per diem costs must be built into the firm-fixed price. The work involves highly sensitive information, requiring strict adherence to security protocols.
Submission & Evaluation
This is a Request for Quote (RFQ) under FAR 12.603. Quotes must be submitted electronically via email to the Contracting Officer. Submissions require three separate volumes:
- Volume I (Non-price Factor): Cover Letter (2 pages) and Prior Experience Narrative (5 pages). The cover letter must include UEI, company name, business size, and POC. The Prior Experience narrative should detail up to five relevant projects from the past five years, with at least one as a prime contractor, demonstrating complexity, magnitude, and similarity.
- Volume II (Non-price Factor): Written Technical Package (25 pages) demonstrating the approach to performing the required services.
- Volume III (Price Quote): Firm Fixed Price in accordance with the supplied pricing schedule (no page limit). Travel must be built into pricing.
Award will be made on a Best Value basis using a Trade-off Methodology. Technical acceptability (Pass/Fail) is a prerequisite, followed by a trade-off between Price and Past Performance, which will be considered approximately equal. The Government reserves the right to award without discussions. Offerors must be registered in SAM.gov.
Point of Contact
Contracting Officer: Ms. Karmella Van Stockum (karmella.vanstockum@usda.gov)