Avenger Weapons System Engineering Services
ID: PANRSA23P0000007408Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

PSC

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

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking Avenger Weapons System Engineering Services in Huntsville, AL. This service is needed to provide engineering and technical support for the Avenger Weapon System and its derivative systems. The services will be performed for both United States and Foreign Military Sales customers. This notice is for market research purposes only and does not constitute a binding contract. No payment will be made for information received. For more information, contact Regina A. Neal at regina.a.neal.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Bond Assembly
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting bids for a sole source contract to procure seven bond assemblies for the AVENGER weapon system, identified under NSN 2510-01-429-6228. The Request for Quotation (RFQ) outlines essential procurement details, including delivery timelines, inspection and acceptance criteria, and packaging requirements, emphasizing the importance of compliance with military specifications to maintain operational readiness. Interested bidders must be registered in the System for Award Management (SAM) and certified under the Joint Certification Program (JCP) to access export-controlled data, with all proposals due by the specified deadline. For further inquiries, interested parties can contact Delora Crutcher at delora.crutcher@dla.mil or Michael Romine at michael.1.romine@dla.mil.
    Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is issuing a Sources Sought/Request for Information (SS/RFI) for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP). The objective is to identify potential sources capable of supporting the production of IBCS hardware, which is critical for the Integrated Fires and Mission Command Project Office, emphasizing a collaborative System of Systems approach rather than traditional single-system development. Interested parties are invited to submit white papers detailing their manufacturing capabilities and past experience related to IBCS components, with responses due by 1700 CST on 13 September 2024. For further inquiries, interested vendors can contact Belen "Jenn" Hyman at belen.m.hyman.civ@army.mil or Timothy J. Carlile at timothy.j.carlile.civ@mail.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Active
    Dept Of Defense
    The Department of Defense is seeking sources for engineering support services related to commercial derivative aircraft, primarily based in Oklahoma City. The focus is on providing recurring and non-recurring engineering services. The former includes systems engineering, evaluations, and integration, while the latter comprises engineering tasks, projects, and assignments. This contract is aimed at supporting the Air Force's engineering inquiries and requirements. The North American Industrial Classification System code is 541330, with a size standard of $47 million. The two broad categories of work are further outlined in Attachment SSS-ESS-24-0001. Qualified vendors will provide a range of services to the government, including systems engineering support, evaluation of modifications, and on-site incident investigations. The contract is expected to be monetarily awarded and will likely be a fixed-price arrangement. Interested parties should reach out to the primary point of contact, Cameron Burton, via email at Cameron.Burton@us.af.mil, for further clarification and questions. Vendors should be prepared to meet the eligibility criteria and submit their applications following the guidelines outlined in the attachment. The deadline for submissions is yet to be determined.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
    Counter Unmanned Aerial Systems (C-UAS) Radar Module for Remote Weapon Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking information from organizations capable of providing a Counter Unmanned Aerial Systems (C-UAS) Radar Module intended for integration with Remote Weapon Systems (RWS). The procurement aims to identify radar systems that can detect low, slow, and small UAS targets up to 2 km, with requirements for multi-target tracking, environmental ruggedization, and a long operational lifespan. Interested vendors are encouraged to submit detailed capability statements, including system specifications and production capabilities, within 45 calendar days to the designated contacts, Angelica Merino and Renee Papadopoulos, at Picatinny Arsenal, NJ. This request is for information purposes only and does not constitute a commitment to award a contract.
    Long Range Radar- Enhanced (LRR-E) - SSN/RFI - Reopener
    Active
    Dept Of Defense
    The US Army is seeking information from businesses for sustainment and engineering services related to the Long Range Radar-Enhanced (LRR-E) system, an intelligence, surveillance, and reconnaissance technology. They require industry support for the Northrop Grumman-developed LRR-E system, including lifecycle management and potential future acquisitions. Businesses capable of assisting with the Army's LRR-E program are invited to respond with company and capability details, aiming to establish the scope of industry involvement and determine acquisition strategies. This is a sources sought notice; no proposals or bids are being requested at this stage. The Long Range Radar-Enhanced system is vital for the Army's aerial intelligence gathering, specifically for Synthetic Aperture Radar and Moving Target Indication operations. With three systems already procured, the Army seeks continued support and potential additional acquisitions. Responses to this notice are due by 1pm ET on October 16th and should be sent to Eric.J.Roberts48.civ@army.mil.
    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.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for both the United States Air Force and Foreign Military Sales customers. The selected contractors will be responsible for a range of activities, including hardware and software design, integration, testing, and product support, with a focus on upgrades and acquisitions for the F-15 system. Interested parties must submit their qualifications by 4 PM EST on September 16, 2024, to Valerie Neff at valerie.neff@us.af.mil, and should be aware that this is a pre-solicitation notice for market research purposes, not a request for proposals.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.
    Research & Development Life Cycle Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, intends to award a five-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Research & Development Life Cycle Engineering Services to The University of Alabama in Huntsville. This procurement requires educational institutions to possess essential engineering, research, and developmental capabilities, along with an active facility clearance and compliance with specific Department of Defense regulations, as the services cannot be procured commercially. Interested educational institutions are encouraged to submit written notice to the Contracting Officer within five days of this notice if they believe they can fulfill the requirements. For further inquiries, contact Samantha Keegan at samantha.m.keegan.civ@army.mil or Detra Battle-Blue at detra.battleblue.civ@army.mil.