Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
ID: W911W622RFI0003Type: Justification
AwardedMar 31, 2023
Award #:W911W623D0003
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK AATD CONTR OFFFORT EUSTIS, VA, 23604-5577, USA

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide instrumentation hardware and software for Research and Development testing at the Technical Development Directorate - Aviation System Integration and Demonstration. The contract encompasses support for existing and new Data Acquisition Systems, maintenance of R&D Safety of Flight data collection, and includes provisions for an updated product catalog and shipping logistics to a specified site. Specific tasks and deliverables will be detailed in future delivery orders.
    The document outlines the justification for awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract to Teletronics Technology Corporation (TTC) for Data Acquisition Systems (DAS) integration support, hardware, and software, with a maximum limit of $11,017,734.45. Citing 10 U.S.C. 3204(a)(1) and FAR 6.302-1, the justification states that TTC is the sole responsible source and no alternatives can satisfy the agency's requirements due to compatibility issues with existing DAS components. The approval is contingent upon funding availability and necessary authorizations for the acquisition.
    Similar Opportunities
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    Prototype Integration Facility (PIF) Hardware 2027
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command – Redstone (ACC-RSA), is preparing to release a presolicitation notice for the Prototype Integration Facility (PIF) Hardware 2027 contract, aimed at providing integrated hardware and solutions in support of U.S. Army transformation initiatives. This contract will focus on the fabrication and delivery of hardware for aviation systems, missile systems, and Uncrewed Aerial Systems (UAS), alongside comprehensive program management and engineering services throughout the system life cycle. The anticipated contract will be a single-source, indefinite-delivery indefinite-quantity (IDIQ) award with a five-year base period and two optional two-year extensions, with a guaranteed minimum value of $100,000, and is exclusively set aside for eligible 8(a) small business concerns. Interested parties should direct inquiries to Charles D. Miller or Derrick Thompson via the provided email addresses, and must be prepared to demonstrate compliance with specific quality management and cybersecurity certifications prior to the award date.
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    Teradyne Kits for VDATS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of Teradyne Kits for VDATS (Vehicle Diagnostic and Test System) support equipment, which will be utilized by the 402nd Software Engineering Group at Robins Air Force Base in Georgia. This firm fixed price acquisition is designated as a requirements type contract, with a performance period extending up to five years, and is limited to Teradyne Inc due to proprietary data constraints. Interested vendors, particularly Women-Owned Small Businesses, must submit proposals that include a narrative on their financial capabilities, pricing details, and compliance with a Small Business Subcontracting Plan, with all submissions directed to the primary contact, Jonathon VanBrunt, at jonathon.vanbrunt@us.af.mil. The solicitation emphasizes the importance of these kits in supporting aircraft maintenance and repair operations, with proposals due by the specified deadline outlined in the solicitation document.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.
    COMPUTER AIR DATA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking procurement for computer air data systems, classified under the flight instruments category (PSC code 6610). This opportunity aims to fulfill specific requirements related to air data systems that are critical for various defense applications. The procurement is essential for ensuring the operational readiness and effectiveness of military aircraft and systems. Interested vendors can reach out to Mark Highland at mark.highland@dla.mil or call 256-690-5749, or contact Wendellar Johnson at wendellar.johnson@dla.mil or 256-690-5451 for further details.
    PROCESSOR,SIGNAL DA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking proposals for a Five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of PROCESSOR, SIGNAL DA units, specifically for CHINOOK aircraft. The contract will require a minimum of 144 and a maximum of 480 units (NSN: 5895-01-724-2080; Part Number: 5561000-001), with production lead times ranging from 540 to 810 days post-award, depending on whether First Article Testing is included. This acquisition is restricted to SCI Technology, Inc. due to the lack of competitive data, and interested firms must seek source approval for future solicitations via AvMC's website. For further inquiries, potential bidders can contact Jonathan Gunnels at jonathan.gunnels@dla.mil, with the solicitation closing date being an estimate subject to adjustment.