Distributed Aperture Infrared Countermeasures (DAIRCM) Interim Contractor Support (ICS)
ID: FA8552-23-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8552 AFLCMC WIUROBINS AFB, GA, 31098-1670, USA

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    Solicitation from the Department of Defense, Department of the Air Force is seeking Distributed Aperture Infrared Countermeasures (DAIRCM) Interim Contractor Support (ICS) services. This requirement is to procure services required to provide Interim Contract Support (ICS) of the DAIRCM system currently installed on the HH-60G helicopter. The contractor will perform installations and maintenance of the DAIRCM system, which is a temporary modification to meet Joint Urgent Operational Need Statement (JUONS) SO-0010. The contractor will provide DAIRCM installations on HH-60G aircraft and repair of the AAQ-45 system components/LRUs. The contract will consist of Program Management and ICS, including CONUS and OCONUS on-call technical material support for the DAIRCM system 24/7. This is a sole source requirement and will be procured from DRS Advanced ISR, LLC.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    TARGET ACQUISITION
    Active
    Dept Of Defense
    The Department of Defense (DoD) seeks offers for a federal contract, titled "TARGET ACQUISITION." This opportunity falls under the NAICS code 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a focus on electronic countermeasures and quick reaction capability equipment. The main objective is to procure 20 units of NSN: 5865-01-646-9244, a specialized item manufactured by Raytheon Company for military use. The item, identified by Part Number 4971752-3, requires a delivery schedule of 90 days. Offerors should be aware that the solicitation will be conducted through the Defense Industrial Basic Supply Management (DIBBS) system. The government will evaluate offers based on a combination of factors, including price, past performance, and delivery speed. Offerors should be prepared to participate in a reverse auction, where their proposed prices will be anonymously disclosed to other participants. The auction format allows for real-time price discussions and negotiations. Interested parties should submit their offers through the DIBBS system, which is the preferred method. Alternatively, emails (not exceeding 15MB) or hard copy proposals can be sent to the primary contact mentioned below. All offers must be in English and denominated in US dollars. The solicitation will be available on the DIBBS website from August 9, 2024. Offerors should carefully review this solicitation for detailed requirements and instructions. Primary Contact: Cerita Sellers Cerita.Sellers@dla.mil (614) 692-4005 For further guidance on submitting offers, refer to the provided DIBBS link: https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf Ensure that all eligibility criteria and requirements are met before submitting an offer.
    Repair of Data Concentrator
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    Data Concentrator Unit (DCU) Refresh
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is planning to award a sole-source follow-on contract to SCI Technology, Inc. for the life cycle sustainment and engineering support of the Data Concentrator Unit (DCU). This procurement encompasses the integration, testing, and procurement of modified DCU-Refresh units, along with related software and hardware support, structured as a Firm Fixed Price, Cost, and Cost-Plus-Fixed-Fee Indefinite Delivery – Indefinite Quantity (IDIQ) agreement with a five-year ordering period and a six-month extension option. The DCU is critical for various military operations, and the contract is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the requirements without incurring substantial duplication of costs or delays. Interested parties must submit their capabilities by 11:00 AM Eastern Time on September 10, 2024, and can reach out to Stephanie Dillon or Chase Brasher via email for further inquiries.
    1680 - NAVY Repair of MONITOR SYSTEM,AIRC (36 units)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors to repair 36 units of the MONITOR SYSTEM, AIRC, specifically for the E-2 aircraft. The procurement requires contractors to provide labor, materials, and facilities necessary for the repair and modification of these government-owned items, as the government lacks the data to perform these repairs independently. This opportunity is critical for maintaining operational readiness of the aircraft systems, and the government intends to solicit only one source, Northrop Grumman Systems Corporation, under FAR 6.302-1. Interested parties must submit capability statements within five days of the notice publication, and for those not already approved as sources, additional documentation as outlined in the NAVSUP-WSS Source Approval Information Brochure is required. For further inquiries, contact Ethan Stein at 215-697-2983 or via email at ethan.stein@navy.mil.
    SPE4A724R0310 MULTIPLE NSNS / MULTIPLE WEAPON SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a multiple NSNS Indefinite Quantity Contract (IQC) for aircraft maintenance and repair specialized equipment. This procurement involves 43 different National Stock Numbers (NSNs), each evaluated individually. The focus is on obtaining specific aircraft and engine components, along with associated gauges and assemblies, based on the provided part numbers. The scope of work involves the supply of these precise components, with strict adherence to technical specifications and quality standards. Offerors must demonstrate their ability to meet the required delivery timelines and fulfill the specified quantities. This opportunity is open to all eligible contractors, with no restrictions. However, the export-controlled items included in the procurement require contractors to be certified by the DOD to access unclassified data. This certification is obtained through the submission of a DD Form 2345. Funding for this IQC is estimated at $5 million over a five-year base period, with the possibility of extensions. The contract will be awarded based on the evaluation of factors such as delivery timeframes, technical compliance, and cost effectiveness. Interested parties should download the solicitation from the DLA Internet Bid Board System (DIBBS) on or about August 16, 2024. The submission deadline will be outlined in the solicitation document, which will include detailed instructions on the format and any additional requirements. For further clarification or questions, contractors should contact Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Please note that the solicitation will be issued as an unrestricted procurement, and the export of some items may be controlled under the International Traffic in Arms Regulations (ITAR).
    Synopsis for the Overhaul of the UH-60 Control, Display Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the Control, Display Unit, under solicitation number W58RGZ-24-B-0045. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to inspect and overhaul the specified unit, with an estimated quantity range of 5 minimum to 336 maximum, which includes a Foreign Military Sales quantity of 56. This procurement is critical for maintaining operational readiness of military assets, and the contract will be a Five-Year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their proposals within 15 days of the posting date, and inquiries can be directed to Contracting Officer Edward Peterson or Contract Specialist Cierra Wallace via their provided emails.
    AN/ALR-20 Panoramic Indicator Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a Cost Plus Fixed Fee (CPFF) 5-year Indefinite Delivery Contract for the repair of the AN/ALR-20 Panoramic Indicator. This indicator is used on the B-52H aircraft to display relative frequency and amplitude information of received threat signals. The contract includes a total of 200 units to be repaired over four ordering periods. The intended source for this acquisition is L3 Harris Technologies, Inc. located in Amityville, NY. The Government does not own the data or rights to the data needed for repair from additional sources. All responsible sources may submit a capability statement or proposal for consideration. This notice is not a request for competitive proposals. For additional information or concerns, potential offerors should contact the primary and alternate POC listed in the notice.
    PARADROGUE ASSEMBLY / 06F, C-130 HERCULES AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency is seeking offers for the PARADROGUE ASSEMBLY component used in the C-130 Hercules aircraft. This is a presolicitation notice, with the actual solicitation available on or about August 16, 2024, through the DLA Internet Bid Board System (DIBBS). The NSN is 1680-00-068-1356, associated with IQC PR: 1000188208, and the estimated annual quantity required is 120 units. The contract will be an Indefinite Quantity Contract (IQC) for a base period of five years, offering a steady supply of these components. Delivery will occur 260 days after ordering and will be inspected and accepted at the point of origin, while the FOB will be at the destination. The solicitation will be issued as an unrestricted procurement, open to all qualified suppliers. The expected contract type is a firm fixed-price arrangement. Offerors should possess the capability to manufacture and supply the specialized aircraft component, ensuring compliance with the required specifications. Interested parties should register on the DIBBS platform to access the solicitation details, as paper copies will not be available. The latest version of Adobe Acrobat Reader is required to view the solicitation documents. Any questions regarding this opportunity should be directed to Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Note: The information provided herein is a preliminary notice and does not constitute a solicitation. Offers should await the official solicitation document scheduled for release in August 2024.
    ALR-56M Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the depot-level testing and repair of the ALR-56M system components, specifically NSNs 5963-01-362-9731EW and 5955-01-362-4598EW. The government seeks qualified DoD and U.S. DoD Contractors with the necessary expertise, capabilities, and experience to meet stringent qualification requirements, as the original equipment manufacturer, Narda Holdings, Inc., maintains exclusive rights to the technical data required for these repairs. The ALR-56M system is critical for use on military aircraft such as the F-16 C/D and C-130J A/C, and the government emphasizes that participation in this market research does not guarantee future contract awards. Interested parties should contact Lynsey Eades at lynsey.eades@us.af.mil or Marci Barton at marci.barton@us.af.mil for further details, and responses to the Request for Information must adhere to specified guidelines and deadlines.
    ACIP Rapid Fielding
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to award a sole-source contract to Booz Allen Hamilton for the development and deployment of the Second-Generation Anti-Jam Tactical Ultra High Frequency (UHF) Radio as part of the Airborne Warning and Control System (AWACS) Communications Integration Program (ACIP). This initiative aims to enhance UHF communication capabilities within the 225.000 – 399.99875 MHz frequency range, which is critical for secure and non-secure voice communications necessary for mission operations, including tanker refills and Command and Control (C2) functions. The project is essential for the continuity of the SATURN Program's prototype, production, and fielding phases, with a deadline for procurement set for October 1, 2024. Interested parties can direct inquiries to Colton Sullivan at colton.sullivan.1@us.af.mil or Lauren Reed-Smart at lauren.reed-smart@us.af.mil.