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
    CIRCUIT CARD ASSEMBLY
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting quotes for a sole-source supply of circuit card assemblies from Symetrics Industries, LLC, in support of the M-DP AVENGER weapon system. This procurement is structured as a one-time buy with a firm fixed price, requiring contractor tested first article submittals and adherence to strict delivery timelines, with production units expected to be delivered 450 days after order receipt. The circuit card assemblies are critical components for military applications, necessitating compliance with military standards for item identification and security protocols due to potential access to federally controlled facilities. Interested contractors can reach out to Harrison Mayfield at HARRISON.MAYFIELD@DLA.MIL or Michael Romine at michael.1.romine@dla.mil for further details.
    CABLE ASSEMBLY FOR M-DP, NSN 6150-01-476-2329
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking offers for the procurement of Cable Assembly for the M-DP Avenger Weapon System, specifically NSN 6150-01-476-2329. The contract will be a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price agreement, requiring a minimum of 50 and a maximum of 250 units, with a production lead time of 720 days after contract award. This acquisition is set aside for Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), emphasizing the importance of supporting diverse suppliers in defense contracting. Interested parties should direct their inquiries to Kristen Woodard at kristen.woodard@dla.mil or call 256-813-8883, with the solicitation expected to be published soon and remaining open for a minimum of 30 days.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Patriot missile spare parts, specifically targeting six parts to support the Patriot (M-D6) Weapon System. This procurement is a sole-source requirement directed to Lockheed Martin Corporation, necessitating compliance with FAR regulations due to the unique nature of the parts involved. The contract will span Fiscal Years 2025 to 2027, with proposals due by 4 PM CST on May 5, 2024, and will require detailed cost and pricing documentation, including First Article Testing (FAT) considerations. Interested parties should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses for further clarification and submission details.
    6150-016174191; 3OM LAUNCHER, ROCKET, HIG; 62A MULTIPLE LAUNCH ROCKET SYSTEM; 99A AN/UYQ-90A(V) 2&(V) 3 MTS JCR-LOG DRS MRT; 5995-016269575; BFT AND FBCB2 (TERRESTRIAL & SATELLITE); KMA INFANTRY CARRIER (STRYKER FIGHTNING VEH)
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is conducting market research through a sources sought synopsis to identify potential sources capable of supporting the procurement of specific electronic components related to military applications, including NSN 6150-016174191 and 5995-016269575. The objective is to find organizations that can provide all necessary labor, materials, and equipment for the manufacture of these items, which may include component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of various military systems, including the Multiple Launch Rocket System and the KMA Infantry Carrier. Interested parties are invited to submit their capability statements by January 10, 2025, at 2:00 PM EST, and should direct their responses to LaDonna Groven at ladonna.groven@dla.mil.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Buyer not available
    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.
    M777 Digital Fire Control Hardware
    Buyer not available
    The Department of Defense, through the Army Contracting Command New Jersey (ACC-NJ), is conducting a market survey to identify potential sources for the procurement of M777 Digital Fire Control Hardware. This procurement includes components such as the Mission Computer 11 (MSC-11) and Chief of Section Display 11 (CSD-11), along with various cable assemblies, with a total potential delivery of up to 800 units for each item. The hardware is critical for artillery systems, ensuring operational effectiveness and precision in military applications. Interested vendors must submit their capabilities, including management plans and cost estimates, by January 16, 2025, to Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil, as this is a Sources Sought Notice and not a formal solicitation.
    Sources Sought (SS)/Request for Information (RFI) for Task Force (TF) Strategic Integrated Kinetic Effects (STRIKE) Long Range Hypersonic Weapon (LRHW) and Mid-Range Capability (MRC) Test Range Services
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone Arsenal, is conducting a Sources Sought/Request for Information (RFI) to identify potential sources for providing test range services for the Long Range Hypersonic Weapon (LRHW) and Mid-Range Capability (MRC) flight testing. The procurement aims to gather information on capabilities and resources necessary to support LRHW and MRC activities scheduled from 2026 through Summer 2029, including engineering services and access to test ranges with specific operational requirements. This initiative is critical for the development and testing of advanced missile systems, which play a vital role in national defense. Interested parties are encouraged to submit white papers detailing their technical approach and relevant experience, with responses due to the primary contact, Paul Daugherty, at paul.c.daugherty4.civ@army.mil. No contract will be awarded from this announcement, and all costs incurred in response to the RFI will be at the respondents' expense.
    Additional Capabilities for the XM157 Fire Control
    Buyer not available
    The U.S. Army Contracting Command - New Jersey (ACC-NJ) is conducting a market survey to identify innovative technologies and software that can enhance the XM157 Fire Control system. This system, which includes features such as a magnified direct view optic, laser range finder, and ballistic solver, is designed to improve Soldiers' capabilities in accurately engaging targets. The Army is particularly interested in modules or software that can enhance situational awareness and hit probability, including advancements in multi-spectral imagery and threat recognition. Interested companies must submit relevant materials by February 28, 2025, and inquiries should be directed to Karlsun Allen at karlsun.allen.civ@army.mil. This notice is for information gathering purposes only and does not constitute a Request for Proposal or commitment to award a contract.
    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.
    Counter-small Unmanned Aircraft Systems Soldier Common Solutions
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Program Executive Office Missiles and Space, is seeking vendors to provide Counter-small Unmanned Aircraft Systems (C-sUAS) Soldier Common solutions to enhance battlefield capabilities. The primary objective is to develop lightweight, easily deployable systems that can detect and defeat small UAS, ensuring compatibility with existing weapon systems while minimizing operational burdens on soldiers. This initiative is critical for improving soldier safety and effectiveness in combat scenarios, with an Industry Day scheduled for January 13, 2025, to facilitate vendor engagement and information exchange. Interested vendors must submit a white paper detailing their capabilities and proposed solutions by the specified deadlines, and inquiries can be directed to Michael Metje at michael.a.metje.civ@army.mil or Christine Baughan at christine.c.baughan.mil@army.mil.