Service Support for the Prophet Enhanced AN/MLQ-44 Detecting System, Countermeasures Weapon System
ID: W56JSR23D0001Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking service support for the Prophet Enhanced AN/MLQ-44 Detecting System, which includes a range of sustainment and support services. The procurement encompasses maintenance, repairs, contractor field service representatives, software support, and the development of Technology Insertion capabilities to ensure the system remains operationally relevant against evolving threats. This contract is crucial for maintaining the effectiveness of electronic countermeasures and counter-countermeasures equipment, which play a vital role in defense operations. Interested parties can contact Jimmy H. Dinh at jimmy.h.dinh.civ@mail.mil or call 443-861-4866 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    58--CONTROL,COUNTERMEAS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control countermeasure equipment. The procurement focuses on ensuring that items are repaired, tested, and inspected in accordance with stringent quality requirements, with a defined turnaround time of 90 days for asset acceptance. This equipment plays a critical role in national defense and operational readiness, necessitating adherence to approved repair procedures and documentation. Interested contractors should contact Shamus Roache at 215-697-5047 or via email at SHAMUS.F.ROACHE.CIV@US.NAVY.MIL for further details and to discuss the submission of proposals.
    Oracle Software Maintenance and Support Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Engineering Support AN/ALR-56 C/M Radar Warning Receiver
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is planning to issue a ceiling increase for contract FA8523-18-D-0001, which provides engineering support for the AN/ALR-56C and AN/ALR-56M Radar Warning Receivers used by the United States Air Force and Foreign Military Sales. The engineering support encompasses a range of activities, including operational flight program upgrades, mission data file generation, hardware prototypes, and various test support services for multiple aircraft models, including the F-15 and C-130. This contract, originally awarded to BAE Systems, is critical for maintaining and enhancing the operational capabilities of the USAF fleet, with a ceiling increase of $50 million to cover the remaining performance period until June 17, 2028. Interested parties can reach out to Desura Gates at desura.gates.1@us.af.mil or Alexander Katsekis at alexander.katsekis@us.af.mil for further information.
    PL EA - Vehicle Mounted ESEA System RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    58--RECEIVER-PROCESSOR,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Receiver-Processors, with a total quantity of 15 units required. This procurement is critical for maintaining operational capabilities in radar equipment, which plays a vital role in search, detection, navigation, and guidance systems. Interested contractors should note that early and incremental deliveries are preferred, and they can reach out to Ethan T. Stein at 215-697-2983 or via email at ETHAN.T.STEIN.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.