Request for Information for Impact Scoring System
ID: 250114140849Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8219 AFNWC PZBGHILL AFB, UT, 84056-5837, USA

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)
Timeline
  1. 1
    Posted Jan 31, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Mar 19, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Air Force Nuclear Weapons Center, is conducting market research to identify potential sources for an impact scoring system to support the Sentinel Program. This system is required to accurately determine the time and position of reentry vehicle impacts, whether at the ocean surface or in the case of an air burst termination, and must have a Technology Readiness Level (TRL) between 6 and 9, indicating it should be mature with minimal need for further development. The information gathered will assist in planning and does not constitute a solicitation for proposals; interested parties are encouraged to request the Statement of Objectives and the Requested Information Form to submit their responses. For further inquiries, contact Brevin Schade at brevin.schade@us.af.mil or Myla Anderson at myla.anderson.1@us.af.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Air Force B61 Gravity Weapon Tailkit Assembly Telemetry Unit Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding the Air Force B61 Gravity Weapon Tailkit Assembly Telemetry Unit. This Sources Sought notice aims to gather insights on the capabilities and potential solutions available for the telemetry unit, which is critical for the performance and reliability of the B61 gravity weapon system. The procurement is set to take place at Holloman Air Force Base in New Mexico, emphasizing the importance of this technology in supporting national defense initiatives. Interested parties are encouraged to reach out to Byron Muhlenberg at byron.muhlenberg.2@us.af.mil or Alexandria Zelle at alexandria.zelle@us.af.mil for further details and to express their interest in this opportunity.
FMU-167/B Sources Sought Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for the FMU-167/B Hard Target Void Sensing Fuze, identified by NSN 1325-01-632-0205. The objective is to identify potential contractors capable of producing this fuze, which requires manufacturing expertise to achieve a minimum production rate of 3,000 units per year, with specifications that include penetration capabilities through multiple layers of soil and reinforced concrete. This fuze is critical for military operations, as it integrates with cockpit mission planning systems and fits standard 3” bomb fuze wells. Interested small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their small business status and relevant experience. For further inquiries, interested parties may contact Ellis Swenson at ellis.swenson@us.af.mil or David "Nick" Padgett at david.padgett@us.af.mil.
Request for Information (RFI) Weapons Test Facility Ballistic Data
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the provision of ballistic data systems for small caliber testing at a Weapons Test Facility located in Warner Robins, Georgia. The requested systems must accurately measure bullet flight, muzzle velocity, accuracy, and muzzle energy, and should be capable of operating with fully automatic weaponry while being user-friendly and manageable by fewer than three personnel. This initiative is crucial for enhancing testing capabilities and ensuring precise data collection in military operations. Interested parties are encouraged to submit their capabilities and past experiences by March 24, with all submissions being voluntary and without government reimbursement for incurred expenses. For further inquiries, respondents may contact Melissa Wells or Charles Harris via their provided email addresses.
REQUEST FOR INFORMATION (RFI) DESIGN AGENT TO COMPLETE DEVELOPMENT OF RESILIENT EMBEDDED GLOBAL POSITIONING SYSTEM (GPS)/INERTIAL NAVIGATION SYSTEM (INS) (R-EGI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for the development of a Resilient Embedded Global Positioning System/Inertial Navigation System (R-EGI). This initiative aims to enhance positioning and navigation capabilities for both manned and unmanned airborne platforms, addressing urgent needs identified in the 2018 National Defense Strategy. The R-EGI program seeks to modernize existing systems while integrating complementary technologies, emphasizing the use of Agile software development techniques and compliance with Modular Open Systems Architecture (MOSA). Interested parties are encouraged to provide insights on their capabilities for hardware and software design, integration, and production of Production Representative Units (PRUs), with participation being voluntary and no current solicitation in place. For further inquiries, respondents can contact Todd Rissmiller at todd.rissmiller@us.af.mil or Monica Miller, Contract Specialist, at monica.miller.3@us.af.mil.
B-52 AN/ARN-67 GLIDESLOPE RECEIVER -REDESIGN
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the redesign of the B-52 AN/ARN-67 Glideslope Receiver. This procurement aims to enhance the capabilities of the glideslope receiver, which is critical for the navigation and guidance systems of airborne radio navigation equipment. The successful contractor will be expected to deliver innovative solutions that meet the stringent requirements of military aviation. Interested parties should reach out to Mustapha Ceesay at mustapha.ceesay@us.af.mil or call 478-926-5138 for further details regarding this sources sought notice.
DEPARTURE ALERTING SYSTEM AND OUTSIDE AIR TEMPERATURE DISPLAY FOR F-5 AIRCRAFT
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking sources for the development of a Departure Alerting System and Outside Air Temperature Display for F-5 aircraft. The primary objective is to establish a pilot cuing method that enhances aircraft departure anticipation while minimizing false warnings, with a critical performance threshold requiring effective anticipation within three to five seconds and a false warning rate of 10% or less. This procurement is vital for improving aviation safety and operational efficiency, ensuring that missed warnings are ideally zero and that the system integrates seamlessly with existing aircraft systems without the need for gyro or inertial navigation components. Interested parties can reach out to Kristin Nelson at kristin.a.nelson13.civ@us.navy.mil or Catrina Farrell at catrina.m.farrell.civ@us.navy.mil for further details.
Design, Develop, Manufacture Advanced Secure Telemetry Units
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the design, development, and manufacturing of advanced secure telemetry units. This procurement aims to enhance capabilities in search, detection, navigation, guidance, and aeronautical systems, which are critical for various defense applications. The work will take place in Edwards, California, and is categorized under the NAICS code 334511, focusing on airborne radio navigation equipment. Interested parties should reach out to Victoria Escobar at victoria.escobar.3@us.af.mil or Christina Day at christina.day.6@us.af.mil for further information regarding this sources sought notice.
Sources Sought for Mechanical Shock Tester
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information from vendors regarding a potential contract for a mechanical shock tester to be utilized at Redstone Arsenal, Alabama. This Request for Information (RFI) aims to identify vendors capable of providing a tester that simulates the effects of physical impacts on military packaging and materials, accommodating payloads up to 500 lbs and adhering to industry standards such as ASTM D3332 and MIL-STD-810. The mechanical shock tester is critical for ensuring the reliability and safety of materials under physical stress, featuring capabilities for various shock waveforms, a robust shock table, and integrated data acquisition systems. Interested parties must submit their capabilities statements by March 20, 2025, to Skylar Summers Prince at skylar.r.summersprince.civ@army.mil or Lisa Armes at lisa.s.armes.civ@mail.mil, as this RFI is part of the preliminary information-gathering process prior to a potential formal solicitation.
Space Environment Technologies and Science (SETS) Broad Agency Announcement (BAA)
Buyer not available
Sources Sought DEPT OF DEFENSE Space Environment Technologies and Science (SETS): The Department of Defense, specifically the Department of the Air Force, is seeking sources capable of supporting the Air Force Research Laboratory Space Vehicles Geo-Space Division (AFRL/RVB) Geospace Environment Impacts and Applications Program. The program aims to conduct fundamental and advanced research in space and environmental impacts technologies. They are interested in understanding and quantifying the impact of the space environment on Department of Defense and national security systems. The program is particularly interested in topics such as advanced environmental observing systems, solar activity prediction models, ionospheric conditions, magnetospheric activity, satellite drag, and effects on communication and radar systems. The Air Force Research Laboratory is looking for potential prime contractors who can form teaming arrangements with subcontractors to support the program's requirements. Interested offerors are requested to submit their Statement of Capabilities (SOC) by July 21, 2023, to the contracting points of contact listed in the document.
B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
Buyer not available
Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.