Product Analysis Demonstration (IPAD) Datalinks Test Station
ID: F1T1CT4204A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking to procure components for the development of an Improved Product Analysis Demonstration (IPAD) Datalinks Test Station at Eglin Air Force Base in Florida. The procurement involves a sole source contract with Lockheed Martin Corporation for essential items, including a Common Mission Computer and Link 16 radios, which are critical for ensuring interoperability and compatibility with existing systems. This initiative is vital for enhancing the testing infrastructure and operational capabilities of the 46th Test Squadron, reflecting a strategic government effort to improve defense readiness. Interested parties should note that the anticipated award date is May 12, 2025, with responses due by March 11, 2025; for further inquiries, contact Celeste Baeza-Rios at celeste.baeza-rios@us.af.mil or Amanda Jardine at amanda.jardine.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for the construction and support of a Datalinks Test Station at Eglin AFB, Florida, aimed at enhancing the Improved Product Analysis Demonstration (IPAD) Program. The 46th Test Squadron is tasked with developing a test lab within Building 73, which will include installing required hardware and software, ensuring technical support for three years, with an initial 12-month baseline period. Key hardware items specified include various components such as CMC and L16 RFE units, while the contractor is responsible for software installations and ongoing upgrades. Technical support will be available during business hours, with quarterly technical meetings scheduled. The contractor must comply with safety, security, and labor regulations, including background checks on employees. The document underlines the project's structured approach to development, risk management, and operational support, reflecting federal procurement protocols and emphasizing the importance of contractor accountability and communication with government agencies throughout the contract duration. This undertaking exemplifies a strategic government initiative to bolster operational capabilities through enhanced testing infrastructure.
    The United States Air Force Test Center (AFTC) intends to issue a sole source contract to Lockheed Martin Corporation (LMCO) for the acquisition of components necessary for the development of an Improved Product Analysis Demonstration (IPAD) Datalinks Test Station. The specific items required include a Common Mission Computer and two types of Link 16 radios and transceivers, all of which are fielded parts exclusive to LMCO. This acquisition is justified under FAR 6.302-1, allowing for non-competitive procurement because only one responsible source can fulfill the requirements. The testing involves interoperability assessments within the Link 16 network, necessitating the use of authentic equipment employed in operational scenarios. The anticipated award date for this action is May 12, 2025, with responses due by March 11, 2025. The notice clarifies that it does not represent a commitment to procure and that the government will not bear any costs incurred by responders. Any submissions should be non-proprietary and detail-oriented, as the government will utilize provided information for potential evaluations. This document outlines the procedural aspect of federal contracting in the context of defense procurement.
    The document is a Justification and Approval (J&A) for procuring specific components required for the development of an IPAD Datalinks Test Station by the 46th Test Squadron (TS) at Eglin Air Force Base. The acquisition is justified under the authority of only one responsible source, Lockheed Martin Corporation (LMCO), as they are the sole provider of the necessary F-35 fielded parts. The estimated contract value is approximately $732,000, and the need for these exact parts is driven by the requirement for interoperability and compatibility with existing systems. The document details the components needed, including a Common Mission Computer and Link 16 radios, and outlines efforts made to solicit potential sources, confirming that no other vendors can meet the requirements. Although market research was not conducted due to the proprietary nature of the equipment, a notice of the contract action will be posted to allow for industry responses. The emphasis on using the exact equipment highlights the critical nature of the development and testing processes, ensuring valid test results and supporting specific operational capabilities. The contracting officer has certified the justification's accuracy, emphasizing the necessity of these components for effective testing and operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B2 Interface Processor Unit (IPU) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure repair services for the B2 Interface Processor Unit (IPU) under the upcoming solicitation number FA8119-25-R-0005. The procurement involves multiple line items for processor parts and management services, primarily sourced from Lockheed Martin Corporation, which is the only approved vendor due to the specialized nature of the components. The repairs are critical to maintaining operational capabilities, and the performance period will begin upon contract award, concluding with government acceptance of the repairs. Interested parties should note that the anticipated solicitation release date is March 13, 2025, with responses due by April 12, 2025; for further inquiries, they can contact Brandie Martin at brandie.martin.1@us.af.mil or Mark C. Green at mark.green.29@us.af.mil.
    F-16 FIXTURE ASSEMBLY TEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the F-16 Fixture Assembly Test under solicitation number SPRHA4-25-R-0191. This procurement focuses on the manufacturing of precision turned products, specifically fixture assemblies for F-16 aircraft, emphasizing compliance with quality assurance protocols, supply chain traceability, and military packaging standards. The contract is unrestricted but encourages participation from small businesses, with a critical requirement for timely delivery and adherence to specified documentation and packaging regulations. Interested contractors must acknowledge amendments to the solicitation, with the latest submission deadline set for March 4, 2025. For further inquiries, potential bidders can contact Kody Quayle at kody.quayle@us.af.mil.
    F-16 Installation Kits
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the procurement of F-16 Installation Kits, specifically identified under solicitation number FA8212-25-Q-0010. The procurement involves the supply of installation kits and related components, which are critical for modifying and maintaining military test equipment, ensuring operational readiness and compliance with stringent quality standards. Interested vendors must adhere to various federal regulations, including quality assurance provisions and inspection requirements, with a submission deadline for quotations set for March 10, 2025. For further inquiries, potential contractors can contact Jo Blakley at Jo.Blakley@us.af.mil or by phone at 801-586-3461.
    Solicitation: FA8212-25-Q-0013 F-16 Power Dist. Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the supply of 15 power distribution panels (NSN: 6110-01-668-3072) designated for use in F-16 aircraft, under solicitation number FA8212-25-Q-0013. The procurement requires compliance with rigorous manufacturing qualification standards, including a qualification testing cost estimation of approximately $3,500, and adherence to specific packaging and marking requirements as outlined in military standards. These panels are critical components for the F-16, ensuring operational efficiency and safety in military aviation. Interested vendors must submit their quotations by March 14, 2025, and can direct inquiries to primary contact Cydnee Simpson at cydnee.simpson@us.af.mil or secondary contact Brandon Moses at brandon.moses.1@us.af.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    F-16 Actuactor
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 Actuators, which are critical components for the F-16 aircraft. This opportunity is open to various businesses, with a particular emphasis on small businesses, including those that are women-owned and veteran-owned, and it requires compliance with stringent military standards for packaging, inspection, and supply chain traceability. The selected contractor will be responsible for ensuring product reliability and adherence to engineering specifications, with a proposal submission deadline set for March 27, 2025. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further details and to ensure compliance with all outlined requirements.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    Matlab 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of MATLAB software maintenance services for the 704th Test Group, covering the 746th and 846th Test Squadrons. The contract aims to secure maintenance for two master licenses, which includes the renewal of 37 individual licenses and the provision of six new licenses with associated toolboxes, essential for the squadrons' computational and simulation tasks critical to their testing missions. This opportunity is set aside for small businesses, with a total award amount of $47 million, and requires submissions by 10:00 a.m. (MST) on December 13, 2024. Interested vendors should contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil for further details.
    Databus Network Tester (part number: SW29716)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the acquisition of three MIL-STD 1553 Network Data Bus Testers (part number SW29716) under solicitation number FA252125Q0010. This procurement aims to enhance the testing capabilities for electrical and electronic properties, which are critical for maintaining operational standards within military communications systems. Proposals must be submitted electronically, adhering to specified guidelines, with evaluations based on technical acceptability, delivery time, and pricing. Interested parties should contact Mohamed Bah at mohamed.bah.6@spaceforce.mil or call 321-494-9943 for further details, with submissions due by the outlined deadline.