Weather Balloons
ID: FA8227-25-Q-BalloonType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

METEOROLOGICAL INSTRUMENTS AND APPARATUS (6660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of 40 Jimsphere High Resolution Wind Profilers, which are essential for atmospheric data collection in support of aerospace operations at Hill Air Force Base. The contract requires the delivery of these weather balloons, made from clear 1/2 mil polyester film, within 120 days post-award, adhering to stringent specifications outlined in the Statement of Work (SOW). This procurement is critical for ensuring safe operations during testing at Vandenberg Space Force Base. Interested offerors must submit their bids electronically by April 9, 2025, and can contact Joshua Akinwande at joshua.akinwande@us.af.mil or 801-777-9197 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 10:04 PM UTC
The document outlines a Statement of Work (SOW) for the procurement of weather balloons by the 309th Software Engineering Group for the Atmospheric Meteorological Profiling System (AMPS) Replacement Project at Hill Air Force Base. The primary aim is to provide accurate atmospheric data for testing prior to launches at Vandenberg Space Force Base to ensure safe operations. The contract specifies the delivery of forty high-resolution weather balloons, adhering to stringent specifications outlined in an accompanying equipment list. Additionally, the document details critical deliverables, stating that the contractor must supply the balloons within 120 days post-award. The Government will oversee contractor performance through inspections and a Contractor Performance Assessment Reporting System, ensuring compliance with quality standards. The Program Manager will guide the contract management, and necessary qualifications for contractor personnel are subject to review. Overall, this SOW emphasizes the importance of timely delivery and precise adherence to defined specifications to support aerospace operations effectively.
Mar 26, 2025, 10:04 PM UTC
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," as mandated by federal regulation 52.204-24. It establishes requirements for offerors submitting bids to the government regarding the use of covered telecommunications equipment or services defined by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The prohibition sections detail that agencies cannot procure or contract for equipment or services that incorporate these covered technologies, which could compromise security. The offeror must declare if they will or will not provide such equipment or services and must provide supporting information if they affirmatively indicate they will. Disclosures required cover details about the manufacturers, descriptions of the equipment and services, and explanations regarding their permissible use. This provision aims to ensure compliance with federal security requirements, promoting integrity and trust in government contracting related to telecommunications.
Mar 26, 2025, 10:04 PM UTC
The document outlines a Request for Quotation (RFQ) for the procurement of 40 Jimsphere High Resolution Wind Profilers, specified as 2-meter diameter using clear 1/2 mil polyester film, in compliance with an attached Statement of Work (SOW). It serves as a combined synopsis and solicitation and seeks brand name or equivalent items. The delivery location is specified as Vandenberg Space Force Base, California, and products must be delivered within 120 days after receipt of order. Evaluations will be conducted on a Lowest Price Technically Acceptable (LPTA) basis, where offers must meet both pricing and technical specifications to be considered. Interested offerors are required to submit their bids electronically by April 9, 2025. The document emphasizes the necessity for registration with the System for Award Management (SAM) and includes various federal acquisition regulations and clauses relevant to the solicitation. An ombudsman is appointed to handle concerns from offerors, highlighting the procedure for addressing any grievances. The document makes it clear that the government reserves the right to cancel the solicitation without obligation to reimburse any proposal costs, reflecting prudent fiscal management within the federal contracting process.
Lifecycle
Title
Type
Weather Balloons
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
FA445225R0014_ 20 ASOS Data Hub Simplified Acquisition Proposal Request
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of data hub kits, cabling, and power distribution systems for the 20 ASOS, as outlined in the Simplified Acquisition Proposal Request (SAPR) FA445225R0014. This procurement aims to enhance the C4ISR capabilities of Special Operation Forces, thereby improving their situational awareness and operational effectiveness in surveillance and reconnaissance missions. The contract is intended to be awarded as a sole source to Glenair, Inc., which specializes in the required components, and proposals are due by 1:00 PM Central Standard Time on April 16, 2025. Interested contractors should direct any inquiries to the designated Contracting Specialists, Tonya Hughes and Hunter Ottensmeier, via email prior to the submission deadline.
Two (2) Fiber Winders Replacement
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is seeking proposals for the procurement of two replacement fiber winders to support national security operations at the DEVCOM Soldier Center in Natick, Massachusetts. The winders must meet specific technical requirements, including winding speeds of up to 3000 meters per minute, yarn counts between 2800 to 3500 denier, and maximum package weights of 30 pounds, ensuring improved performance and continuity in production as the existing equipment is over 20 years old. This procurement is critical for maintaining essential production capabilities in defense, with proposals due by 12:00 p.m. EST on April 30, 2025, and interested parties should contact Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil for further information.
5 KSI Strand Burner
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals for the acquisition of a 5 KSI Strand Burner system to enhance testing capabilities for propellant materials at Hill Air Force Base, Utah. The procurement includes a comprehensive system featuring a 5000 PSI Clover Leaf Triple Strand Burner, remote valve rack, control console, and data acquisition system, along with installation, training, and a warranty of 13 months post-delivery. This equipment is critical for conducting precise chemical analysis and ensuring operational efficiency under extreme conditions, adhering to stringent safety protocols. Proposals are due by 1500 MST on April 28, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email for further information.
Helium Recovery and Liquid Helium Generation System
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Helium Recovery and Liquid Helium Generation System under RFQ FA910125QB026, aimed at enhancing helium resource management at Arnold Air Force Base in Tennessee. The procurement seeks a comprehensive system that includes components such as inflatable recovery bladders, compressors, storage cylinders, and a liquefaction method to efficiently recover and liquefy gaseous helium. This system is critical for minimizing helium loss and supporting various scientific and engineering applications at the facility. Interested vendors must submit their quotes by April 21, 2025, and ensure compliance with Federal Acquisition Regulation (FAR) provisions, with evaluation based on the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Andrew Waggoner at andrew.waggoner.3@us.af.mil or Erica Anglin at erica.anglin@us.af.mil.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
ICBM Minuteman III Weapon System -- VAFB Filter
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of spare parts for the Minuteman III weapon system, specifically the VAFB filter, at Hill Air Force Base in Utah. The procurement includes a total of 400 units, comprising First Article Test items and production articles, with a focus on compliance with stringent military specifications and quality assurance measures. These components are critical for maintaining operational readiness and ensuring the reliability of defense systems. Interested vendors must submit their sealed offers by April 8, 2025, and can direct inquiries to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil for further information.
RFI, Gaseous Helium (GHH), Hill Air Force Base, Utah
Buyer not available
The Defense Logistics Agency (DLA) Energy Aerospace is issuing a Request for Information (RFI) for the procurement of Gaseous Helium (GHH) at Hill Air Force Base, Utah. This RFI aims to identify potential suppliers capable of providing the necessary production facilities, raw materials, and labor to manufacture GHH in accordance with the specifications outlined in MIL-PRF-27407E. The anticipated period of performance for this requirement is 60 months, starting in January 2026, although no specific quantity requirements are currently available. Interested organizations must submit a capability statement by 3 PM CT on April 18, 2025, detailing their compliance with the specifications, testing capabilities, willingness for government inspections, and registration status in the System for Award Management (SAM). For further inquiries, contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Leno Smith at leno.smith@dla.mil.
F-5 Aftermarket Parts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of aftermarket parts for the F-5 E/F aircraft, with an emphasis on supporting Foreign Military Sales (FMS) cases. The procurement includes a range of unclassified spare parts, such as windshield installation kits, regulators, and hydraulic tubes, which are critical for maintaining the operational capabilities of the aircraft. Interested contractors must adhere to strict quality control measures and compliance with federal acquisition regulations, with the submission deadline set for May 6, 2025, at 3:00 PM MDT. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
F-16 Electrical Limiter
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an F-16 Electrical Limiter, identified by NSN: 5895-01-515-8924 WF, to be delivered to Hill Air Force Base in Utah. The procurement aims to secure a qualified source for this critical component, which plays a vital role in the functionality of the F-16 aircraft, ensuring operational readiness and compliance with military standards. Interested contractors must submit a source qualification request package, as the award is restricted to prequalified sources, and adherence to Item Unique Identification (IUID) marking and quality assurance requirements is mandatory. For further inquiries, potential bidders can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil, with proposals due by January 15, 2025.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC, Inc. This sole-source requirement is critical for receiving and processing data from a specialized threat emitter system, which is essential for countermeasure detection related to NATO aircraft operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must hold active SAM registration and complete the necessary NIST DoD Assessment, with the contract expected to be a Firm Fixed Price agreement, requiring delivery within one calendar year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.