The Joint Threat Emitter (JTE) Program/Logistics Support
ID: FA821025R5016Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8210 AFLCMC HBZKHILL AFB, UT, 84056-5838, USA

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.

    Point(s) of Contact
    Files
    Title
    Posted
    The Joint Threat Emitter (JTE) Program is seeking sources for logistical support through a Sources Sought Synopsis aimed at subcontractor market research. This effort intends to identify responsible vendors capable of providing software and engineering support for the JTE system, potentially enabling a competitive bidding process or a Small Business Set-Aside. The contractor must deliver comprehensive Contractor Logistics Support (CLS) for the JTE’s fielded configurations globally, involving tasks like software maintenance, field troubleshooting, and firmware update verification. Respondents are required to provide their business information, experience with similar services, and details concerning any existing teaming arrangements. Notably, the document emphasizes the government's limited technical data rights regarding JTE systems, necessitating contractors to strategize around potential obsolescence and software complexities without full technical packages. A focused capabilities briefing may be requested for interested vendors. The government clarifies that the notice is not an official RFP and does not guarantee future contract awards, ensuring vendors are aware of the non-compensatory nature of responses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The procurement aims to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of this critical Command and Control system. The AN/TYQ-23A(V)1/2 plays a vital role in air operations, integrating various radar and communication systems to support military operations effectively. Interested parties must respond to this Sources Sought notice by providing their qualifications and capabilities by the deadline, which is 30 days from the posting date, and can contact Wendy Farley at wendy.farley@us.af.mil or Mitchell Gooslin at mitchell.gooslin@us.af.mil for further information.
    ILTE Product Support for AH-64 FOTE II
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential manufacturing and supply sources for the acquisition of obsolete parts in support of the TOW 2B Missile Weapon System. The agency is specifically seeking qualified sources for seven critical components, including digital signal processors and programmable digital converters, which are essential for maintaining the operational readiness of the missile system. This procurement is vital for ensuring the continued functionality of military assets, and the DLA encourages participation from all businesses, particularly those classified as small, disadvantaged, or veteran-owned. Interested firms must contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil for further information, noting that this is a Sources Sought notice and not a solicitation for proposals.
    Joint Standoff Weapon (JSOW) FY25 Mission Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to issue a sole source Delivery Order to Raytheon Company for sustainment and integration support related to the Common Unique Planning Component Weapon Planning Environment software. This procurement is critical as Raytheon is the sole designer and manufacturer of the Joint Standoff Weapon (JSOW), possessing the unique knowledge and technical data necessary to fulfill the requirements. Interested parties may express their interest and capabilities, although the Government retains discretion over whether to pursue competitive proposals. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, with no commitment from the Government to issue solicitations or awards at this stage.
    C-5M CONTRACTOR LOGISTICS SUPPORT (CLS) IV PRESOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the C-5M Contractor Logistics Support (CLS) IV contract, aimed at providing sustainment support for the C-5 fleet over a 5.5-year period. This contract will encompass a range of services including Supply Chain Management of C-5M parts, Line Replaceable Unit Repair, and Engineering Investigative/Technical Support, structured as a Cost-Plus-Fixed-Fee and Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract. The contract is critical for maintaining operational readiness of the C-5 aircraft, with a sole source determination made for Lockheed Martin Aeronautics as the only responsible source. Interested parties are encouraged to monitor the SAM.gov website for the Request for Proposal (RFP) and should direct inquiries to Evan Williams at evan.williams.25@us.af.mil or Erica Martin at erica.martin.2@us.af.mil.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    Joint Standoff Weapon (JSOW)/Harpoon Block II+ (HII+) TacNet 1.0 Data Link Radio Reconfiguration and Repairs for the U.S. Navy (USN)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from industry regarding potential contractors for the reconfiguration and repairs of up to 150 TacNet 1.0 Data Link Radios for the U.S. Navy. The procurement involves engineering support, program management, integrated logistics support services, and various technical tasks such as performance data collection, software requirement analysis, and hardware modifications. These radios are critical for precision strike capabilities, and the government aims to identify capable sources to ensure effective support and maintenance of these systems. Interested contractors must submit a capabilities statement, not exceeding 10 pages, by 1500 EST on October 15, 2024, to Joanna Roland at joanna.m.roland.civ@us.navy.mil.
    Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide comprehensive academic support services, including curriculum development, course administration, and instructor training, to enhance training capabilities for Tactical Data Link interoperability from December 2024 through December 2025, with options for extensions through December 2028. The services are critical for ensuring operational readiness and interoperability between U.S. forces and allied nations, reflecting the government's commitment to effective military training. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 9, 2024, to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, with inquiries due by September 10, 2024.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.