Notice of Intent to Sole Source to Reed-Joseph International Company
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action to Reed-Joseph International Company for the maintenance and servicing of the Scare Wars Radio Controlled Bird Deterrent System at Vandenberg Space Force Base in California. This procurement is necessary as market research indicates that Reed-Joseph International is the only contractor qualified to meet the specific maintenance requirements for this system, which is crucial for effective bird deterrence operations. Interested firms that believe they can provide equivalent services are invited to submit an interest letter demonstrating their capabilities by March 18, 2025, at 1300 PDT, with inquiries directed to Contracting Officer Chris Hummel or Contracting Specialist Paul Baraldi via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Single Source - Counter UAS
    Buyer not available
    The Department of Defense, specifically the Space Acquisition and Integration Office (SAIO), intends to award a Single Source Purchase Order to ICR, Inc. for the TORUK MAX (TMX) Counter Unmanned Aircraft System. This procurement is critical to support an operational exercise related to ongoing real-world events at the southern U.S. border, necessitating immediate and specialized capabilities that only ICR, Inc. can provide. The contract will be executed under Simplified Acquisition Procedures, as outlined in FAR 13.106-1(b)(1)(i), allowing for a single source solicitation due to the urgency of the requirement. Interested parties can direct inquiries to Flavio Ely at flavio.ely.1@spaceforce.mil or Josiah Tucker at josiah.tucker@spaceforce.mil, noting that this notice is not a request for competitive quotations.
    Falconry Services at MCRD San Diego, CA.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking qualified contractors to provide falconry services at the Marine Corps Recruit Depot (MCRD) in San Diego, California. The procurement involves managing nuisance wildlife, specifically seagulls, through bird hazing activities, requiring contractors to supply all necessary labor, materials, equipment, and transportation as outlined in the Performance Work Statement. This initiative is crucial for maintaining a safe training environment by effectively managing wildlife interactions at the facility. Proposals are due by March 25, 2025, with the contract set to begin on April 1, 2025, and lasting for five years, including four optional extension periods. Interested parties should direct inquiries to Veolette Nasrawi or Gina Watson via the provided email addresses.
    Small Unmanned Aircraft System Platform
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Small Unmanned Aircraft System (SUAS) platform through a presolicitation notice. The requirement includes three SUAS capable of emulating foreign adversary systems, with specific performance specifications such as a range of 1,550 miles, a speed of 120 mph, and a payload capacity of 100 pounds. This procurement is critical for enhancing the Air Force's capabilities in simulating adversarial UAS operations, and the government intends to negotiate a sole-source award with Sentry Operations, which meets all necessary specifications and security requirements. Interested parties may submit capability statements by March 27, 2025, with the anticipated award date on or before April 14, 2025; inquiries should be directed to Brooke McDonald at brooke.mcdonald@us.af.mil.
    NAWCAD WOLF - Intent to Sole Source Refurbished Antenna Components
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure refurbished antenna components on a sole source basis from Renee-Rae Technical Services, Inc. This procurement focuses on non-serialized items, including feeder assemblies, brackets, spacers, and covers, which are essential for maintaining the operational capabilities of the U.S. Naval Fleet's Identification Friend or Foe (IFF) systems. The contract will require the selected contractor to deliver these components within 90 workdays following the award, ensuring compliance with specific military specifications and quality standards. Interested parties can reach out to Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150 for further details regarding the solicitation process.
    FA8553 Sources Sought C-130 FMS Radar Warning Systems (RWR) Integration Program
    Buyer not available
    The Department of the Air Force is conducting a Sources Sought notice for the C-130 Foreign Military Sales Radar Warning Systems (RWR) Integration Program, aimed at integrating the ALR69A system on three C-130H aircraft for a Partner Nation. This initiative involves comprehensive activities including design, testing, certification, and sustainment of the modified aircraft, with a projected performance period of five years starting January 1, 2026. The program is crucial for enhancing operational capabilities for international partners and ensuring efficient integration of critical systems. Interested contractors are invited to submit their letters of interest and relevant information by April 10, 2025, to the designated contracting officials, Ellen Ward and Stanley Parker, via email.
    Immediate Response Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an Immediate Response Kit intended for the 2d Security Forces Squadron at Barksdale Air Force Base in Louisiana. This procurement involves the acquisition of a single kit designed to enhance command and control capabilities, particularly in disrupting radio frequency and GPS signals, which is critical for immediate response scenarios. The kit includes essential components such as a rechargeable battery, omnidirectional antennas, and a quick start guide, with a minimum effective range of 1 km and operational capabilities exceeding one hour during active disruption. Interested small businesses must submit their quotes by 1:30 PM CDT on March 27, 2025, and direct any questions to the primary contact, SrA Courtney A. Decker, at courtney.decker@us.af.mil, by March 19, 2025. Please note that funding is not currently available, and the government reserves the right to cancel the solicitation at any time without obligation for reimbursement.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    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.
    2ROPS Aircraft Weather Surveillance BPA - Amendment 1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the 2ROPS Aircraft Weather Surveillance Blanket Purchase Agreement (BPA) through Request for Quotation (RFQ) FA4610-25-Q-0017. The procurement aims to establish one or more Firm Fixed Price BPAs for aircraft support services during inclement weather conditions for space launches, which includes weather surveillance and range clearance operations at Vandenberg Space Force Base in California. This opportunity is critical for ensuring safe and efficient launch operations, as the aircraft will provide essential weather data and hazard assessments in designated areas. Interested small business contractors must submit their proposals by March 25, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential offerors can contact Jeffrey Weeks at jeffrey.weeks.5@spaceforce.mil.
    REQUEST FOR INFORMATION - Counter-Unmanned Aircraft Systems (C-UAS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights on counter-Unmanned Aircraft Systems (C-UAS) technology. This initiative aims to collect capability statements from interested vendors that detail their expertise in counter-UAS solutions, focusing on both ground-to-air and air-to-air systems, with an emphasis on autonomous technologies. The information gathered will assist in planning for enhanced aerial defense systems against drone threats, ensuring compliance with safety and regulatory standards. Responses are due by March 27, 2025, and must remain unclassified, with all submissions becoming government property. For further inquiries, interested parties can contact Laura Luttrell at laura.luttrell.1@us.af.mil or Ashley Goodman at ashley.goodman.2@us.af.mil.
    Counter-small Unmanned Aerial System Capabilities for Future Operations Division
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information from vendors capable of providing Counter-small Unmanned Aerial System (C-sUAS) capabilities for the Future Operations Division at Langley Air Force Base, Virginia. The USAF requires a fully developed C-sUAS that can be deployed across multiple installations, featuring capabilities such as radar and acoustic detection systems, EO/IR sensors, RF counter capabilities, and integration with existing systems to effectively locate, track, identify, and defeat unmanned aerial systems. This Request for Information (RFI) is intended for market research purposes only and does not constitute a solicitation for proposals; interested parties are encouraged to submit a one-page response detailing their capabilities and company information to Maj Rose Getschow at rose.getschow@us.af.mil. Responses are limited to one page and must be submitted via email, with no deadline specified for submissions.