Ninja System Support, maintenance and extended warranty
ID: FA252125QB065Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

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

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 1:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide support, maintenance, and extended warranty services for the Ninja Counter Small Unmanned Aerial Systems at Patrick Air Force Base in Florida. The procurement aims to secure 24/7 technical support and maintenance, ensuring compliance with military and federal standards, including Information Assurance and accessibility requirements. This initiative is crucial for maintaining operational readiness and effectiveness of the systems in countering unmanned aerial threats. Interested parties must submit their capabilities packages in PDF format by April 14, 2025, at 9 AM EST, and can direct inquiries to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 2:05 PM UTC
The document outlines the Statement of Objectives (SOO) for the procurement of Ninja System Support, Maintenance, and Extended Warranty for the 45 SFS NINJA Counter Small Unmanned Aerial Systems. The primary focus is to secure 24/7 technical support and maintenance for these systems at Patrick Space Force Base, FL. Key technical requirements mandate compliance with various military and federal standards, including Information Assurance, IPV6 capabilities, the Trade Agreements Act, and accessibility under Section 508 of the Rehabilitation Act. Additionally, the contractor must deliver products on stringent timelines, with provisions for emergency and routine orders both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). Terms include maintenance, customer support, handling classified information, and a warranty on products supplied. Furthermore, the document specifies that proposals must ensure that all offered products are genuine and adhere to OEM policies. Overall, the text serves as a comprehensive guide for potential contractors responding to the RFP, detailing standards, delivery requirements, and contractual obligations essential for compliance and successful execution.
Apr 8, 2025, 2:05 PM UTC
The government is seeking information for the Ninja System Support and maintenance initiative, referenced by RFP number FA252125QB065. This is a sources sought notice, aimed purely at gathering market interest and planning insights, rather than a solicitation for proposals. The inquiry, associated with NAICS Code 334220, seeks input from businesses of all sizes regarding their capabilities, socio-economic status, and experience in similar services. Respondents should provide a concise capabilities package, including details about their firm, past performance examples, and any subcontracting arrangements. Key specifics requested include UEI, Cage Code, and SAM registration details, all due by April 14, 2025, at 9 AM EST. It is indicated that responses must clarify if participants are manufacturers or suppliers and that inquiries on the draft Statement of Objective (SOO) are encouraged for community input. The notice emphasizes that this is not a binding solicitation and that participants are responsible for any costs incurred while responding. The submission format is electronic in PDF. This effort reinforces the government's commitment to identify suitable parties for potentially significant contracts while adhering to regulatory requirements.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Aruba Federal maintenance and support
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center – Aircraft Division (NAWCAD), is seeking proposals for maintenance and support services for Aruba networking equipment, including Aruba Access Points, 7210 Controllers, ClearPass 5K, Mobility Controllers, and AirWave devices. The procurement aims to secure a firm-fixed-price contract for a one-year period, focusing on enhancing the IT infrastructure and ensuring operational efficiency through effective maintenance strategies. This limited competition opportunity is exclusively available to OEM Aruba Federal Partners and their authorized distributors, with proposals due by May 8, 2025. Interested parties should direct inquiries to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, and ensure their SAM.gov registration is active at the time of submission.
Contractor Logistics Support for PMA-266 MQ-9 Reaper
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for Contractor Logistics Support (CLS) for the PMA-266 MQ-9 Reaper program. This opportunity aims to identify firms capable of providing aircrew and maintenance support for the MQ-9A system, which is critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations conducted by the United States Marine Corps (USMC). The anticipated contract will cover a range of services, including organizational and intermediate-level maintenance, and is expected to span a period of 3 to 5 years, with an estimated award date in October 2026. Interested parties must submit a white paper by April 22, 2025, to the primary contact, Tiffany Horty, at tiffany.a.horty.civ@us.navy.mil.
Uncrewed Aircraft Systems Project Office 2025 Sources Sought for Purpose Built Attritable Systems (PBAS)
Buyer not available
The Department of Defense, specifically the Army's Uncrewed Aircraft Systems Project Office, is seeking information on commercially available Purpose Built Attritable Systems (PBAS) First Person View (FPV) Small Uncrewed Aircraft Systems (SUAS). The objective is to identify production-ready UAS candidates that comply with relevant legislation, including the National Defense Authorization Acts, to enhance the Army's reconnaissance, surveillance, and target acquisition capabilities, while also enabling secondary functions such as communications relay and lethal payload delivery. Interested parties must submit requests for additional information by May 2, 2025, with final submissions due by May 8, 2025. For inquiries, contact Elbert Clarke at elbert.clarke.civ@army.mil or Keandra Milligan at keandra.g.milligan.civ@army.mil.
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
Buyer not available
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
AC-130 Aircraft Restoration Services
Buyer not available
The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking qualified small businesses to provide restoration services for AC-130U and AC-130H aircraft at Hurlburt Field, Florida. The primary objective of this Sources Sought Announcement is to gather information on potential contractors' capabilities related to aircraft restoration, including disassembly, corrosion treatment, sheet metal repair, and compliance with safety and environmental regulations. This initiative is crucial for preserving military history and ensuring adherence to quality management systems while maintaining regulatory compliance. Interested parties must submit their responses, limited to three pages, by April 28, 2025, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
NX9000 Maintenance Contract
Buyer not available
The Department of Defense, specifically the Air Force, is planning to award a sole-source firm-fixed-price contract for the maintenance of the Hitachi NX9000 system at Eglin Air Force Base in Florida. This contract, valued at approximately $268,680, will be awarded to Hitachi High-Tech America, Inc., the original equipment manufacturer, due to their exclusive access to the necessary intellectual property and OEM parts required for servicing the equipment. The contract will cover a base year and two option years, with the anticipated award date set for May 25, 2025, and interested parties must submit their capabilities in writing by April 25, 2025, to the primary contact, Amn Alexander Maravilla, at alexander.maravilla@us.af.mil.
Lenel Maintenance Package
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Lenel Maintenance Package to support the Access Control System (ACS) at Eglin Air Force Base in Florida. The contract requires comprehensive maintenance services, including 24/7 technical support, hardware replacements at no additional cost, and regular software updates to ensure the security systems operate effectively across 30 secure facilities. This procurement is critical for maintaining the functionality of security systems that manage classified information, with a proposal submission deadline set for April 23, 2025, at 8 AM local time. Interested vendors should direct inquiries to A1C Emily Newton at emily.newton.1@us.af.mil or Erik Owens at erik.owens.8@us.af.mil for further details.
NATIONAL MAINT. RENEWAL
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking quotations for the renewal of software service programs, specifically for LabVIEW and related services, under a volume license agreement. The procurement aims to ensure the continued availability of essential software and associated technical support, maintenance, and updates from June 1, 2025, to May 31, 2026. This opportunity is set aside for small businesses and requires compliance with various Federal Acquisition Regulations, emphasizing the importance of maintaining operational capabilities within the Department of the Navy. Interested vendors must submit their brand name quotes by April 24, 2025, at 4 PM, and can direct inquiries to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil.
Travis AFB Hangar FCX Power System Repair and Maintenance
Buyer not available
The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.