Baseband Interface Group (BIG) Ground and Airborne Variant Production
ID: BIG-PROD-SS-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2293 AFNWC PZHSBEDFORD, MA, 01730, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Baseband Interface Group (BIG) Ground and Airborne Variant. This procurement aims to identify qualified vendors capable of delivering the necessary components and services associated with the BIG system, which plays a critical role in military communications and data processing. The successful contractor will contribute to enhancing the operational capabilities of the Air Force through the provision of advanced technology solutions. Interested parties should reach out to Brittany Desilets at brittany.desilets@us.af.mil or Luis Fraguada at luis.fraguada@us.af.mil for further information regarding this sources sought notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    WRAFB Series 700 Target Generator Reverse Engineering - Sources Sought
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking sources for the reverse engineering of the WRAFB Series 700 Target Generator, with a focus on developing a new modulation controller that replicates the original equipment's fit, form, and function. The contractor will be responsible for designing, prototyping, and manufacturing the new units, which must maintain compatibility with existing systems while incorporating modern components. This project is critical due to the obsolescence of the original equipment manufacturer, ensuring the continued operational capability of Air Force missions. Interested parties should submit their responses by February 25, 2025, at 12:00 pm, and can contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information.
    GPS Base Station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from small businesses regarding a potential procurement of a GPS Base Station, identified by RFQ number FA481425TF021. This procurement aims to acquire a GPS Base Station utilizing Real-Time Kinematic (RTK) technology, which is crucial for high-precision applications such as land surveying and emergency management, and includes essential components like a Transmitter/Receiver Unit and a UHF Radio. Interested vendors are required to submit a capabilities package detailing their company size, small business status, past experience, and any collaborations, with submissions due by February 24, 2025, at 9:00 AM EST. For further inquiries, interested parties can contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
    B-1 Multi Functional Display
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    F16_AIBU_NSN5895013570739_PN5188100_007
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of an AIBU (Auxiliary Interface Buffer Unit) for the F-16 aircraft. The AIBU is used for repair and qualification purposes. The procurement requires the potential offeror to estimate the cost for testing and evaluation, including shipping, dimensional/electronic verification, nuclear hardness, form/fit/function and interface, OEM qualification testing, and travel expenses. The estimated cost for testing and evaluation is $23,300. The qualification process includes prequalification notice, facilities and capabilities certification, data verification, repair process verification, test and evaluation/verification, qualification article verification, and qualification requirement cost estimate. The estimated time for completion of the qualification effort is 180 days. Source qualification waiver requirements are also provided. The place of performance is Carlton Lndg, Oklahoma, United States. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    B-1B Electronic Component
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking suppliers for the procurement of electronic components specifically for the B-1B aircraft. This presolicitation opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the provision of electrical and electronic assemblies, boards, cards, and associated hardware as classified under PSC code 5998. The components are critical for maintaining the operational readiness and functionality of the B-1B aircraft, which plays a vital role in national defense. Interested vendors can reach out to Lori Lumsden at lori.lumsden.1@us.af.mil or call 405-734-0370 for further details regarding the procurement process.
    B-1B AN/ALQ-161 Band 8 Driver/Transmitter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.
    L-band Services - LTAC and LAISR Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF) Space Systems Command (SSC), is seeking industry feedback for a Blanket Purchase Agreement (BPA) focused on L-band Tactical (LTAC) and L-band Airborne for Intelligence, Surveillance, and Reconnaissance (LAISR) services. The objective is to establish a contract vehicle that provides access to global L-band managed services to support military communications needs, emphasizing reliability, operational availability, and adherence to security protocols. Interested vendors are encouraged to review the draft Performance Work Statement (PWS) and submit their feedback, along with relevant company information, by February 28, 2025, at 3:30 PM EST, to the designated contacts, Ms. Anar Wagner and Mr. Orlando Holloway, via email.