Explosive Ordnance Disposal (EOD) equipment management services
ID: FA805124X00XXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Explosive Ordnance Disposal (EOD) equipment management services

    This notice is a proposed contract action and not a request for competitive quotations. However, all responsible sources may submit a capability statement or quotation for consideration by the agency. The procurement target is to obtain Explosive Ordnance Disposal (EOD) equipment management services for AFCEC/CXD.

    The EOD equipment management services are used to maintain, inspect, test, repair, upgrade, and distribute specialized EOD equipment. Additionally, the services include conducting unit asset visibility reviews, reconstituting equipment, supporting strategic fielding initiatives, performing trends analysis, and providing EOD Information Systems Support (EODISS) management.

    The tasks will be completed from three locations, including the EOD Equipment Management Facility (EMF) at Hill AFB, Utah, where the contractor shall operate and maintain the facility. Contract personnel at Hill AFB will also perform asset visibility inventories with EOD units and support centralized strategic fielding initiatives.

    Furthermore, the contractor shall provide Trends Analysis, BARS management, Equipment Management, and EODISS liaison support for AFCEC/CXD located at Tyndall AFB, Florida, and Joint Service EOD liaison support at Stump Neck Annex, Indian Head, MD.

    Interested parties should submit their responses by the specified date/time listed on the notice. For inquiries and submission of capability statements or quotations, contact David Woodford at david.woodford.2@us.af.mil and TSgt Alexandra Counts at Alexandra.Counts@us.af.mil.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The objective of this procurement is to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of the system, which plays a critical role in air operations and command and control capabilities. The contract is anticipated to commence in January 2026 and will span five years, with a focus on maintaining cybersecurity standards and compliance with Department of Defense regulations. Interested parties are encouraged to respond to this Sources Sought notice by submitting their qualifications and relevant experience to the primary contact, Wendy Farley, at wendy.farley@us.af.mil, by the deadline of 30 days after posting.
    EOD Combat Skills Course
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command, is seeking small business contractors to provide an Explosive Ordnance Disposal (EOD) Combat Skills Course for the Naval School EOD at Eglin Air Force Base, Florida. The objective of this procurement is to develop a comprehensive training program that replaces multiple existing courses with a single, streamlined Combat Skills Course, focusing on critical combat skills, tactical training, and safety for new EOD operators. This initiative is part of the US Fleet Forces Ready, Relevant Learning (RRL) program aimed at modernizing the EOD accession pipeline and enhancing training efficiencies. Interested contractors must submit an executive summary, demonstrate relevant organizational capabilities, and provide details of previous experience in similar training services by the specified deadlines. For further inquiries, potential bidders can contact Kenneth Brown at kenneth.b.brown24.civ@us.navy.mil or Joseph Tolbert at joseph.d.tolbert.civ@us.navy.mil. The anticipated contract period is from July 2025 to June 2026, with options for four additional years.
    Sources Sought/Notice of Proposed Contract Action - KSV-270 Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking to procure the KSV-270 Classified Data at Rest Single-Channel Inline Media Encryptor units from General Dynamics Mission Systems on a sole source basis. This procurement is critical for ensuring secure communications and data protection within military operations, as these units are designed to encrypt sensitive information. Interested vendors must submit a written qualification package detailing their capabilities and relevant experience to the contracting officer, Quinella M. Purks, by 4:00 PM CST within 30 calendar days of this notice, with the intention to award the contract by December 2025. For further inquiries, potential offerors may contact Quinella M. Purks at quinella.purks.1@us.af.mil or Janeyra Salgado at janeyra.salgado@us.af.mil.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to commence on April 1, 2026. The procurement aims to develop an acquisition strategy for operation and maintenance services supporting military aerospace equipment and weapons testing, including services at Eglin Test & Training Complex and potentially other associated facilities. This contract is critical for ensuring operational readiness and support for research, development, test, and evaluation missions, with a possible term of up to 10 years. Interested parties are encouraged to submit their responses to the draft Request for Proposal (RFP) by 1600 CST on November 27, 2024, to the primary contact, Ronald Wilson, at ronald.wilson.22@us.af.mil.
    Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors capable of performing repairs on Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) and Wide Area Conventional (WAC) EMAs. This Sources Sought Synopsis aims to identify responsible sources for these critical electronic component repairs, with a focus on gathering information to inform future acquisition strategies, including the possibility of a Small Business Set-Aside. The Air Force emphasizes the necessity for contractors to possess the required technical data for redesign and repair, as the government does not own such data. Interested parties, particularly small businesses, are encouraged to submit their qualifications, including relevant experience and company profiles, by October 24 at 4:00 PM MST. For further inquiries, interested contractors may contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil.
    B-2 Hardness Maintenance/Hardness Surveillance (HM/HS) Test: Portable Hardness Surveillance Equipment Maintenance/Repair/Shipping and Test Execution Support of Low Level Continuous Wave Testing on Air Force Aircraft
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential sources for the B-2 Hardness Maintenance/Hardness Surveillance (HM/HS) Test, which includes maintenance, repair, shipping, and execution support for Portable Hardness Surveillance Equipment. The contractor will be responsible for providing all necessary labor, tools, materials, and supervision to perform test preparation and execution for B-2 Air Vehicles during Program Depot Maintenance, adhering to the Performance Work Statement (PWS). This initiative is crucial for ensuring the operational readiness and safety of Air Force aircraft, emphasizing the need for skilled personnel and robust technical support. Interested companies must submit their capability documentation by October 24, 2024, to Dayra J. Cole at dayra.cole@us.af.mil, as this is a sources sought synopsis and not a solicitation for proposals.
    Sources Sought Notice for XM20 Countermeasures Chaff, M839 25.4mm Decoy Cartridge and M1A1 Countermeasure Chaff
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting a Sources Sought Notice to identify potential sources for the manufacture and delivery of the XM20 Countermeasures Chaff, M839 25.4mm Decoy Cartridge, and M1A1 Countermeasure Chaff. The procurement aims to support the production and operational capabilities of U.S. Army aircraft against Radio Frequency guided threats, with initial deliveries anticipated in Fiscal Year 2025 and 2026. These items are critical for maintaining military readiness and replenishing war reserves, as they are consumable products essential for current military operations and Foreign Military Sales. Interested contractors must submit their capabilities statements by email to the designated contacts, Patrick T. Lyons and Rebecca Markell, within 30 calendar days from the publication date of this notice, and must be registered in the System for Award Management (SAM).
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    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.
    58--PROGRAMMER, EWSP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part identified as the Programmer, EWSP, under the NSN 7R-5865-014373373. The procurement involves a competitive solicitation for one unit of this electronic countermeasure equipment, with a focus on approved sources such as Northrop Grumman Systems and BAE Systems Info, among others. This equipment is critical for electronic warfare systems, ensuring operational readiness and effectiveness in defense applications. Interested vendors must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for proposals set at 45 days from the publication date, and an anticipated award date of December 23.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    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.