Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
ID: W911W622RFI0003Type: Justification
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
    Teledyne Acoustic Communications (ACCOMs) Hardware
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order for Acoustic Communications (ACCOMs) Hardware from Teledyne Instruments, Inc. This sole-source procurement is justified due to the proprietary nature of Teledyne's hardware, which is already integrated with existing government software, thus avoiding costly redesigns and schedule delays. The acquisition includes specific components such as transponders, mounting sleeves, cables, acoustic releases, and modems, all of which are critical for naval operations. Quotes are due by December 9, 2025, at 4:00 PM EST, and interested parties must ensure active registration in SAM. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Parraid Software for Flight Test Support
    Buyer not available
    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.
    Telemetry Radios
    Buyer not available
    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.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Buyer not available
    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.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    COMPUTER SYSTEM,DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Buyer not available
    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.
    Intent to Procure: CARA AN/APN-232 Receiver Transmitter (NSN:5841-01-349-9175)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, intends to procure the AN-APN 232 Combined Altitude Radar Altimeter (CARA) Receiver-Transmitter from Symetrics Industries, LLC, dba Extant Aerospace. This procurement involves a firm fixed price request for proposal for the manufacture of 11 units of the Receiver-Transmitter, which is critical for transmitting and processing altitude-related data for various avionics systems, operating effectively from 0 to 50,000 feet. The unique technical specifications and proprietary knowledge required for this equipment render Symetrics Industries the sole source capable of fulfilling this requirement, as the government does not possess the necessary technical data. Interested parties may contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information, with the proposal expected to be released on or before December 11, 2025.
    VDATS Support Equipment Rhodes & Schwartz
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment, particularly kits for assembling VDATS stations, under a firm fixed price Requirements type contract. This acquisition is essential due to the proprietary nature of the equipment provided by the Original Equipment Manufacturer, Rhodes & Schwartz USA, Inc., and will span a five-year period with no guaranteed minimum or maximum quantities. Interested offerors must demonstrate their financial capability and include necessary documentation such as pricing, cage code, and taxpayer ID, with delivery to Robins AFB, Georgia. For further inquiries, potential bidders can contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.