Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
ID: H9224125R0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)AMSAM-SPKFORT EUSTIS, VA, 23604-5577, USA

NAICS

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

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intelligence Support Services-Joint (ISSJ)-II Extension
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Intelligence Support Services-Joint (ISSJ)-II Extension, aimed at enhancing intelligence capabilities within the Department of Defense. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 541990, which encompasses all other professional, scientific, and technical services. The services provided will play a crucial role in supporting intelligence operations, ensuring that USSOCOM can effectively meet its mission requirements. Interested vendors should reach out to Alexia Yoo at alexia.d.yoo.civ@socom.mil or call 813-826-7236 for further details regarding the submission process and any deadlines.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    SOCCENT Unmanned Aerial System Procurement
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of unmanned aerial systems (UAS) as part of its SOCCENT initiative. This procurement aims to enhance operational capabilities through advanced unmanned aircraft technology, which plays a critical role in modern military operations and intelligence gathering. The place of performance for this contract will be in Iraq, and interested vendors can reach out to Kevin R. Margeson at kevin.r.margeson.mil@socom.mil or Gabrielle D. James at gabrielle.d.james.mil@socom.mil for further details. The opportunity is categorized under NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, specifically excluding nanotechnology and biotechnology.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    ISS-J II Solicitation
    Buyer not available
    The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
    Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting white papers for the Lightweight Machine Gun-Assault (LMG-A) project, aimed at enhancing small arms capabilities. Interested vendors must obtain the LMG-A Performance Specification document, dated February 21, 2025, from the Agreements Officer to understand the performance standards required for their submissions. This procurement is critical for advancing military operational effectiveness, particularly in special operations contexts. For further inquiries, potential offerors can contact David Tenenbaum at david.tenenbaum1@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil, with submissions adhering to the outlined requirements and deadlines.
    Barge Crane vessel Lifts
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM) and the SOCPAC contracting office, is seeking proposals for barge crane vessel lifts, specifically targeting service-disabled veteran-owned small businesses. The procurement includes scheduled initial and storage lifts, as well as optional unscheduled lifts, as outlined in the performance work statement (PWS). This initiative is crucial for fulfilling operational needs while promoting participation from veteran-owned businesses in government contracting. Interested parties should note that the solicitation, identified as H9228025R0003, is set to close on March 13, 2025, and may contact Lochlin Deeks at lochlin.h.deeks.mil@socom.mil or Brett Jacobs at brett.r.jacobs.mil@socom.mil for further information.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Sole Source contract titled "74243 - EOTS GAP ANALYSIS SERVICE" aimed at conducting a gap analysis for the Electro-Optical Targeting System (EOTS) of the F-35 Joint Strike Fighter. The primary objective of this procurement is to establish software sustainment capabilities at the 402nd Software Engineering Group located at Robins Air Force Base in Georgia, which includes delivering various technical reports and ensuring compliance with stringent quality and security standards. This contract is critical for maintaining operational integrity and enhancing the software capabilities of military systems, thereby supporting national defense objectives. Interested parties can contact Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details, with the contract's performance expected to commence following the award.
    COUNTERMEASURE SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for a countermeasure set, specifically identified by NSN 5865-015020417. This procurement is set aside for small businesses and entails an estimated annual demand of 546 units, with delivery orders ranging from a minimum of 137 to a maximum of 546 units over a five-year base contract period starting March 25, 2025. The goods are critical for electronic countermeasures and compliance with government standards is essential. Interested suppliers must submit written quotes by April 25, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Montana Kipp at Montana.Kipp@dla.mil or call 804-279-3594.