Request for Information – Handheld SONAR
ID: FA8629-24-R-5039Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8629 AFLCMC WISK SOF/PRWRIGHT PATTERSON AFB, OH, 45433, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking sources capable of providing a Handheld SONAR system to enhance resource efficiency by enabling precise target identification during searches. The required specifications for the Handheld SONAR include a scanning range of 160-170 feet, a scanning depth of 5-15 feet, and a maximum weight of 4 pounds, among other capabilities. This procurement is crucial for improving operational effectiveness in intelligence, surveillance, and reconnaissance missions. Interested vendors must submit detailed technical information, product capabilities, and cost estimates for initial units by October 22, 2024, and can direct inquiries to Jamie Sclafani at jamie.sclafani@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), has issued a Request for Information (RFI) to identify sources capable of providing a Handheld SONAR system. This effort aims to enhance resource efficiency by enabling precise target identification during searches. The required capabilities include a scanning range of 160-170 feet, a scanning depth of 5-15 feet, and a maximum weight of 4 pounds, among other specifications. Interested vendors must submit detailed technical information, product capabilities, and an estimate of costs for initial two units within six months. They are also asked to clarify their business status in relation to small business criteria and provide warranties, spare parts, and training information. The RFI encourages broad participation from both U.S. and foreign firms and highlights the importance of compliance with federal acquisition regulations. Responses are due by October 22, 2024, and will be used to inform the government's future acquisition strategy without constituting a commitment to procure these items. The document emphasizes that the submission becomes government property and stresses the importance of marking proprietary information.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information - Coded Target Marker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for hand-held laser devices that enhance Special Warfare (SW) operations. The primary objective is to procure systems that combine multiple laser functionalities—such as near-infrared and visible aiming lasers—while minimizing Size, Weight, and Power (SWAP) and reducing costs, with a maximum weight limit of 1.5 pounds. These devices are crucial for SW missions, as they aim to streamline equipment carried by operators and improve operational efficiency. Interested vendors are encouraged to submit their product specifications, capabilities, and development roadmaps by November 1, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as this information will inform future acquisition strategies.
    Ultrasonic Immersion Tank Inspection System (REV)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson Air Force Base, is seeking proposals for an Ultrasonic Immersion Tank Inspection System. This system is intended for the inspection of composite aircraft materials, requiring capabilities to acquire critical ultrasonic data (A-Scan, B-Scan, C-Scan) to evaluate material integrity, including assessments for deformation, delamination, and defects. The procurement emphasizes advanced material testing techniques essential for aerospace research, with a focus on ensuring operational effectiveness. Interested small businesses must submit their quotes by November 4, 2024, at 4:00 PM ET, and can direct inquiries to Contract Specialist Mike Hornberger at michael.hornberger.1@us.af.mil or by phone at (937) 713-0549.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of underwater sound equipment under the title "58--MASP DRIVE." This opportunity is categorized as a sole source procurement, indicating that the agency anticipates receiving a single acceptable offer from a specific source, although other capable firms may express interest. The equipment is critical for various defense applications, emphasizing the importance of quality and compliance with specific standards, including inspection and delivery instructions. Interested parties can reach out to Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details regarding the solicitation process.
    USAF AFNWC VLF - REQUEST FOR INFORMATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information through a Sources Sought notice to support a potential modernization contract for the development, production, fielding, installation, and integration of a Very Low Frequency (VLF) receiver system. The objective is to create a form fit replacement for the legacy Common VLF Receiver Increment 1 (CVRi1) system, utilizing a Modular Open Systems Approach (MOSA) and ensuring compliance with Open Mission Systems (OMS) Tier 2 standards, while integrating a modernized cryptographic device. This VLF receiver system is crucial for all USAF airborne and ground-based strategic platforms, as well as US Navy airborne strategic platforms, enhancing their operational capabilities. Interested parties are encouraged to provide feedback on the draft System Requirements Document (SRD) and should contact Kara Feeney at kara.feeney@us.af.mil or Traci Renzella Molis at traci.renzella-molis.1@us.af.mil for further information. A draft Request for Proposal (RFP) is anticipated in the second quarter of FY25, with an official RFP to follow shortly thereafter, alongside an Industry Day planned for early 2QFY25.
    58--MASP DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of underwater sound equipment under the title "58--MASP DRIVE." This opportunity is categorized as a sole source procurement, indicating that the agency anticipates receiving a single acceptable offer from a specific source, although other capable firms may express interest. The equipment is critical for various defense applications, emphasizing the importance of quality and compliance with federal regulations, including the Buy American Act and equal opportunity provisions. Interested parties can reach out to Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details, with all contractual documents considered issued upon transmission by the government.
    Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program, which supports technologies deployed in the TRIDENT Submarine Fleet. The contract requires the selected contractor to manufacture hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, adhering to specified drawings and contractual obligations, with an initial delivery due 180 days post-award. This procurement is critical for maintaining operational effectiveness and facilitating updates to existing naval systems, ensuring compliance with federal acquisition regulations throughout the process. Interested contractors should direct inquiries to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, with proposals due by the specified deadline, and an estimated contract start date of March 15, 2025.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    FY25 SBIR Phase III AN/SQQ-89 Tactical Sonar Data Fusion
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is planning to issue a sole source Request for Proposal (RFP) for the continued development and enhancement of the AN/SQQ-89 Tactical Sonar Data Fusion system, specifically targeting the Undersea Warfare Decision Support Systems (USW DSS) capabilities. This contract aims to significantly improve the effectiveness of current USW Command and Control (C2) systems and their integration with combat systems, which are critical for naval operations. The anticipated contract award is expected in the first quarter of FY25, with a performance period consisting of a base year and four option years. Interested parties may submit capability statements or proposals for consideration, but the decision to compete the contract remains at the discretion of the Government. For further inquiries, contact Benjamin Vesey at benjamin.j.vesey.civ@us.navy.mil or Tiffany Wulfsohn at tiffany.k.wulfsohn.civ@us.navy.mil.
    59 - Magnetometer, Outboard
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking offers for the procurement of 38 units of an Outboard Magnetometer, identified by purchase request number 7008397015 and NSN 5930-01-571-2571. The solicitation, which is expected to be issued around September 6, 2024, will require interested parties to demonstrate their capability to meet the government's specifications, as commercial item policies will not be utilized for this procurement. The magnetometers are critical components for military applications, and all units will be shipped to New Cumberland, PA. Interested vendors should prepare to submit their offers by the estimated response date of October 7, 2024, and may direct inquiries to Brian Maxwell at brian.maxwell@dla.mil or by phone at 614-692-1067.