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
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    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.
    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.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Cox Transport Circuits
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    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.
    Performance Enhancing Drug (PED) Testing
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for a contract focused on Performance Enhancing Drug (PED) testing, specifically targeting urinalysis for substances on the World Anti-Doping Agency (WADA) prohibited list. The selected laboratory must be WADA-accredited and capable of conducting up to 840 tests during the initial 12-month base period, with the possibility of two additional one-year extensions, while providing expedited results within 7 to 10 business days. This initiative is crucial for maintaining the integrity and performance standards of U.S. Army personnel, reflecting the Department of Defense's commitment to health and compliance in drug testing. Interested vendors should submit their capabilities and relevant information by March 3, 2025, to the primary contact, Noel PerezQuinones, at noel.perezquinones@socom.mil or by phone at 910-432-3781.
    Life Cycle Sustainment Database supporting Armory Management
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM) through the Naval Special Warfare Command (NSW), is seeking industry feedback for the development of a low-cost life cycle sustainment database to support armory management. This database aims to improve the management of combat systems at NSW armories by enhancing accountability and maintenance of serialized weapons and accessories, featuring open architecture for data exchange and compliance with Fiscal Improvement and Audit Readiness (FIAR) standards. The system will perform essential asset management tasks, including inventory tracking, maintenance recording, and report generation, while adhering to federal security protocols to protect sensitive data. Interested vendors are encouraged to submit their capabilities and solutions by the specified deadline, with responses directed to Jackson Gabriel at jackson.t.gabriel.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.
    58--COUNTERMEASURES SET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of four units of a flight-critical electronic countermeasures set, identified by NSN 7R-5865-016999355-P8 and reference number 698558-303. This procurement requires government source approval prior to contract award, as the item is deemed critical for flight operations, and only previously approved sources will be considered for solicitation. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the required information will result in disqualification from the award process. For inquiries, interested parties can contact Timika Nicholson at (215) 697-2582 or via email at TIMIKA.NICHOLSON@NAVY.MIL.