Configurable Positioning Data Acquisition Control System (CPDACS)
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center (AFTC) at Edwards Air Force Base in California, intends to award a sole-source contract to NSI-MI Technologies Inc. for the repair and maintenance of an Ametek system, as outlined in the attached Statement of Work.

    The work involves the acquisition and configuration of positioning data acquisition control systems, which are vital for the AFTC's operations. The chosen contractor will ensure the system is functional and compliant with the required specifications.

    This opportunity is open to all eligible contractors, who must provide a complete technical package demonstrating their ability to meet the AFTC's requirements. Interested parties should also indicate their size status relative to the NAICS Code 811210 and complete the necessary representations and certifications.

    The AFTC will consider all responses received within one day of the publication notice. However, it reserves the discretion to award the contract without competition. Contractors must submit their responses by 11:00 a.m. PST on July 30, 2024, to the Directorate of Contracting at Edwards AFB, with email being the preferred method.

    For any clarification or further information, interested contractors may contact Kimberly McGee or Denina Hudson at the provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    Request For Information (RFI) Edwards AFB - Optical Transport Network Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center (AFTC), is seeking information from qualified contractors regarding the provision of Ciena Optical Transport Network (OTN) equipment for an upgrade at Edwards Air Force Base, California. The objective of this Request for Information (RFI) is to gather capability statements to assist in determining an acquisition strategy for the Engineering, Furnishing, Installation, and Testing (EFI&T) of the OTN expansion, which is critical for enhancing communication capabilities to meet modern operational demands. Interested vendors are invited to submit their capabilities, relevant experience, and business size by September 11, 2024, with responses to be sent via email to the designated contacts, Austen Siegler and Jahdiel Salazar. The anticipated contract will be a firm-fixed price under NAICS code 541519, with a standard size of $34 million, and no compensation will be provided for the information submitted.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    Notice of Intent To Award ACAST SYSTEM Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the Altitude Combined Aircrew Systems Tester – High Altitude (ACAST-HA) to Chemring Energetics, located in Downers Grove, Illinois. This specialized equipment serves as an accessory to the JCAST, providing essential functionality for Pressure Breathing at Altitude (PBA) testing of specific Regulated Connectors used in Air Force operations. The ACAST-HA is critical for ensuring the operational readiness of the F-22 Mission Designed Series, as it is the only approved tester for this purpose. Interested parties can reach out to William Gentry at william.gentry.8@us.af.mil or Daniel Swoyer at daniel.swoyer.1@us.af.mil for further inquiries.
    REMANUFACTURE F110 MOTIONAL TRANSDUCER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F110 Motional Transducers, with a focus on delivering 42 units of the specified technology. This procurement is critical for maintaining the operational reliability of aircraft systems, as the F110 LVDT (Motional Transducer) plays a vital role in engine performance monitoring. The contract is designated as a sole source opportunity to Ametek (Cage Code: 97424), emphasizing the importance of quality and compliance with stringent federal standards. Interested vendors should direct inquiries to Tara Parker, the Contracting Officer, at tara.parker.4@us.af.mil, and adhere to the submission guidelines outlined in the solicitation documents.
    Turnkey Gantry-Style Ultrasonic NDT System Mx & Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Turnkey Gantry-Style Ultrasonic Non-Destructive Testing (NDT) System for preventative maintenance and calibration at Robins Air Force Base in Georgia. The procurement is aimed at ensuring the operational readiness of critical testing systems, with the selected contractor responsible for providing qualified technicians, tools, and maintenance services, including mechanical inspections and instrument calibrations. This initiative underscores the importance of maintaining safety and compliance with federal regulations, particularly in military contexts, while also promoting opportunities for women-owned small businesses. Interested parties should direct inquiries to Mike Miller at michael.miller.316@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, with proposals due by August 30, 2024.
    99 CES EOD Advantor ACS
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source purchase order for Access Control Systems (ACS) at Nellis Air Force Base in Nevada. This procurement is being conducted under the authority of FAR 13.106-1(b)(1)(i) due to the unique and specialized nature of the required services, with Advantor Systems Corp identified as the sole provider capable of meeting the stringent security specifications necessary for the installation. Interested parties must submit a capability statement, including technical data and cost information, by 13 September 2024, at 10:00 AM Pacific Time, via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government retains discretion in determining whether to proceed with a competitive procurement based on the responses received.
    Repair of the F-15 APG-82(V)1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the repair of critical components in the F-15E radar system, including the Radar Power Supply (RPS), Common Integrated Sensor Processor (CISP), Receiver Exciter (REX), and Active Electronically Scanned Array (AESA). The government seeks contractors with the necessary expertise and capabilities to meet the qualification requirements for these repairs, noting that it does not own the technical data for these items, which currently limits the repair options to Raytheon Technologies as the sole source. Interested parties, both large and small businesses, are encouraged to participate in the Contractor Capability Survey to demonstrate their qualifications, with the understanding that participation does not guarantee future contract awards and that no expenses will be reimbursed. Responses to the survey are due by the specified deadline, and inquiries can be directed to Kennedi Hoffman at kennedi.hoffman@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors for the repair of ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with a focus on engaging small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to Cameron Maxwell at 424SCMSAFMCRFIRe@us.af.mil and complete a Source Approval Request (SAR) to be considered, noting that this is a Sources Sought notice and not a solicitation or proposal request, with no funding currently available.