Pulse Network Forming
ID: 6973GH-25-MS-10738Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing (334416)

PSC

FILTERS AND NETWORKS (5915)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide ten (10) Network Pulse Forming units, part number 93398, as part of a market survey to assess capabilities and interest. The Espey Pulse Forming Network is the only approved version for use in the ASR-9 system, and due to proprietary rights, the FAA cannot disclose the designs. Interested vendors, particularly service-disabled veteran-owned small businesses and those eligible for the SBA’s 8(a) Program, are invited to submit a General Capability Statement along with proof of registration in the System for Award Management (SAM) by February 5th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Responses will inform the FAA's procurement strategy, which may include full-and-open competition or set-asides for small businesses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Pulse Network Forming
    Currently viewing
    Sources Sought
    Similar Opportunities
    VSBP-3 Production/Sustainment
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify vendors capable of providing production and sustainment services for the Voice Switch By-Pass (VSBP-3) system. This system is critical for ensuring that air traffic controllers maintain communication with pilots during primary voice switch failures, thereby enhancing operational resilience in air traffic management. The FAA anticipates the procurement of up to fifty new VSBP systems, along with logistics support, program management, and configuration management services, over a potential ten-year contract period. Interested vendors should submit their capability statements to Elizabeth H. Williams at elizabeth.h.williams@faa.gov, as this is a Total Small Business Set-Aside opportunity under NAICS code 541330, with no costs reimbursed for responses.
    MSA PARTS
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking vendors to provide components for the MSA Dyna glide system, specifically part numbers 506388 (100 units), 506389 (20 units), 503698 (40 units), 506400 (15 units), 506391 (300 units), and 503690 (100 units). This market survey aims to gather statements of interest and capabilities from potential suppliers to inform the FAA's procurement strategy, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. Interested vendors must submit a general capability statement, specific capability statement if applicable, proof of registration in the System for Award Management (SAM), and any relevant certification letters by February 10, 2025, at 2:00 PM CT. For inquiries, vendors should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Dept Of Defense
    The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
    Repair Services Transmitters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify responsible sources for Repair Services related to Pulse Traveling Wave Tube Amplifiers (TWTAs). This initiative aims to gather market information to assess the availability of qualified suppliers and to enhance competition, particularly focusing on small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Woman-Owned. The information collected will be used to improve acquisition processes and ensure compliance with relevant regulations, with all communications directed to the contracting officer, Wyatt Snare, at wyatt.snare@us.af.mil or by phone at 605-645-8010. Interested parties are encouraged to submit capability statements detailing their qualifications and proposed teaming arrangements, as this is not a solicitation for proposals but a market research effort.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Dept Of Defense
    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.
    16--100 W FILTER PA,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 13 units of the 100 W Filter PA, Air, identified by NSN 7R-1680-016108983-E7 and reference number 178000-102. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the item’s quality is contingent upon the unique design and manufacturing capabilities of these sources. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this presolicitation notice. For further inquiries, interested parties can contact Kelly A. Gipson at (215) 697-4787 or via email at KELLY.A.GIPSON2.CIV@US.NAVY.MIL.
    5998 - Various FMS repair requirements in support of F-18 ATFLIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to fulfill various Foreign Military Sales (FMS) repair requirements in support of the F-18 ATFLIR system. The procurement involves a range of specific circuit card assemblies, filters, amplifiers, and other electronic components, primarily sourced from Raytheon Company under an existing Repair Basic Ordering Agreement (BOA). These components are critical for maintaining the operational readiness of the F-18 aircraft, and the government intends to award a sole-source contract due to the unique specifications and lack of competitive alternatives. Interested parties must submit capability statements by 4:00 PM Eastern Time on February 10, 2025, and can direct inquiries to Erin Dolan at erin.e.dolan11.civ@us.navy.mil or by phone at 215-697-2995.
    58--RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of five units of a flight-critical receiver, identified by NSN 7R-5865-017083360-P8 and reference number 131K831G05. This procurement requires government source approval prior to contract award, as the item is deemed critical and the technical data available does not support full and open competition; only previously approved sources will be considered. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the required data will result in disqualification from the solicitation process. For further inquiries, interested parties can contact Connor C. Lewis at (215) 697-4757 or via email at CONNOR.C.LEWIS@NAVY.MIL.
    Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the procurement of power supply components associated with the KC-135 aircraft, specifically targeting spare parts identified by part number 4V792/PEM-7010 and NSN 6130-01-501-5300FL. This Sources Sought Notice aims to gather market information to assess the competitiveness and viability of establishing a Small Business Set-Aside for this procurement. The components are critical for maintaining the operational readiness of the KC-135 aircraft, which plays a vital role in air refueling and strategic airlift missions. Interested vendors are encouraged to submit their capabilities and qualifications, including a Source Approval Request (SAR), to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil, as no proposals are currently solicited and no funding is available for this research. The deadline for submissions is not specified, but timely responses are encouraged to inform the Air Force's acquisition strategy.
    F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of a Protection and Control Assembly for the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. This assembly, with National Stock Number (NSN) 5998-01-265-1040 and Part Number (P/N) 762R370G01, is used for the protection and control of the radar transmitter. The assembly is an essential component of the F-16 C/D aircraft's radar system. The procurement requires potential sources to meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $5000, and the estimated completion time for qualification is 270 days. Source qualification waiver criteria are also provided for potential sources who meet specific conditions. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211 for more information. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States.