Deployable Air Traffic Control Towers (DATCT)
ID: FA814125R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8102 AFLCMC HBKTINKER AFB, OK, 73145-3303, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding the Deployable Air Traffic Control Towers (DATCT) to enhance air traffic control capabilities for military and civilian operations. The DATCT systems must be robust, capable of global deployment under various weather conditions, and designed to support the Agile Combat Employment (ACE) Concept of Operations. This procurement aims to replace existing Air National Guard and Air Combat Command tower vehicles, with plans to acquire up to eighteen systems. Interested vendors are encouraged to submit capability statements detailing their expertise, proposed solutions, and relevant past experiences, with inquiries directed to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil. Note that this is a Sources Sought notice, and no solicitation is currently available.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Extra Large Deployable Terminal (XLDT) Hardware and Integration Services - Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from industry partners regarding the provision of Hardware and Integration Services for the Extra Large Deployable Terminal (XLDT) system. This Request for Information (RFI) aims to gather insights on capabilities to support the development of a transportable, multiband satellite terminal that ensures robust backhaul support, operational resilience, and integration of advanced communication technologies for military operations. The XLDT system is critical for maintaining secure communications across various classification levels and must be scalable, modular, and compliant with military standards. Interested parties are encouraged to submit their responses by December 15, 2025, to the designated contacts, Tiffany Conway and Catherine Micolucci, via email, as the information will be used to refine a potential future Request for Proposal.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    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.
    VDATS POWER SUPPLIES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of HPC-4K Power Supplies for VDATS Equipment Block 2, intended for the Electronics Maintenance Group at Robins Air Force Base in Georgia. The contract requires the delivery of five units each of upper and lower power supply kits, with strict compliance to security and supply chain risk management protocols to ensure the integrity of the equipment. This procurement is critical for maintaining operational capabilities and preventing counterfeit parts, with a delivery timeline of 12 months post-award. Interested vendors should direct inquiries to Gwendalh Sealey at gwendalh.sealey@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, as this opportunity is being solicited as a single source requirement to Tracewell Technology.
    Sources Sought Notice: SATS BASE IN MOBILE; NSN:4910-01-531-2053
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from potential vendors regarding the production of the SATS BASE IN MOBILE (NSN: 4910-01-531-2053, Part No: KTCS1753). This initiative aims to assess the capabilities and qualifications of both small and large businesses to inform future acquisition strategies, with an estimated production quantity of 95 units and an option for an additional 95 units. The SATS BASE is crucial for military vehicle maintenance and repair, and a Technical Data Package will be available if a solicitation is issued. Interested parties must submit their qualifications and responses to specific questions by December 8, 2025, at 5:00 PM EST, via email to Diana Jones at diana.jones47.civ@army.mil.
    Sources Sought for Wingtra GEN II Airframe
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors capable of providing the WingtraOne Gen II airframe, model number WOP-EMP-GEN2, through a sources sought notice. This procurement aims to identify potential suppliers for this specific airframe model, which is likely intended for advanced aerial operations and data collection. Interested vendors are encouraged to respond to this notice by emailing Shawn Valastro at shawn.m.valastro.civ@army.mil by 08:00 AM on December 9, 2025, as this is not a request for quotations but rather an inquiry into vendor capabilities.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    Transient Alert Services 1 Bridge 2 Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.