F-15 Data Transfer Module II Removable Memory Modules
ID: 290623-DTMIIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8634 AFLCMC WAQK F15WRIGHT PATTERSON AFB, OH, 45433-7424, USA

NAICS

Aerospace Product and Parts Manufacturing (3364)
Timeline
  1. 1
    Posted Jun 29, 2023, 7:34 PM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking industry input for the procurement of production-ready Data Transfer Module II Removable Memory Modules (DRMMs) to support F-15 aircraft operations and maintenance. The initiative aims to gather information on industry capabilities to meet specific technical requirements, including adherence to weight specifications, data transfer capabilities, and operational efficiency under combat conditions, with a Technology Readiness Level of 8 or higher required for timely delivery by May 31, 2026. This procurement is crucial for modernizing F-15 operations and ensuring competition within the acquisition process. Interested vendors must submit their responses by April 7, 2025, and can direct inquiries to Ashton Kiplinger at ashton.kiplinger@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
The Air Force Life Cycle Management Center is conducting a market assessment for the procurement of production-ready Data Transfer Module II Removable Memory Modules (DRMMs) for F-15 aircraft. This Sources Sought Synopsis (SSS) aims to gather information about industry capabilities concerning DRMMs that meet specific technical requirements. The Air Force requires hardware that is ready for production, with a Technology Readiness Level of 8 or higher, to ensure timely delivery by May 31, 2026. Key requirements for the DRMM include adherence to weight specifications, data transfer capabilities, user accessibility features, and operational efficiency under combat conditions. The SSS also outlines the process for vendors to respond, emphasizing the importance of clearly stating whether their offerings are production-ready or in development. Interested parties must provide detailed company information, capabilities, and demonstrate compliance with federal regulations through technical justifications. Responses should be submitted by April 7, 2025, and will inform the Air Force’s acquisition strategy, potentially leading to the issuance of a formal Request for Proposal (RFP). This initiative is aimed at modernizing F-15 operations, encouraging participation from various businesses, and ensuring competition within the procurement process.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
F-16 Transfer Unit, Advan
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, UT, is seeking quotations for the procurement of one unit of the F-16 Transfer Unit, Advanced, identified by NSN 7025016165061. The procurement requires compliance with stringent military packaging, marking, and preservation standards, as outlined in the Statement of Work, which emphasizes adherence to various Department of Defense regulations and proper handling of hazardous materials. This equipment is critical for Foreign Military Sales (FMS) and plays a vital role in maintaining operational readiness for military aircraft. Interested vendors must submit their quotations by May 15, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
New Manufacture F-15 Pressure Transmitter
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the manufacture of F-15 Pressure Transmitters, specifically part number 18-1880 and National Stock Number (NSN) 6685-01-143-3057HS. The procurement requires an initial quantity of 52 units, with pricing requested for varying quantities ranging from 13 to 78 units, and delivery is expected by January 27, 2027. These pressure transmitters are critical components used in the F-15 aircraft, ensuring operational reliability and safety. Interested vendors must submit their proposals by May 8, 2025, and can direct inquiries to Logan Hurtz at logan.hurtz@us.af.mil or by phone at 445-737-7620.
Request for Proposal - F-15 Armament Test Set Circuit Card Assmeblies (CCAs)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for the procurement of various Circuit Card Assembly (CCA) National Stock Numbers (NSNs) in support of the F-15 armament. This procurement is critical for maintaining the operational capabilities of the F-15 aircraft, with an estimated delivery timeline of 180 days after receipt of order (ARO). The contract will be awarded on a sole-source basis to The Boeing Company, with proposals due by May 23, 2024, and an anticipated award date on or before September 30, 2025. Interested parties can contact Robert Berg at robert.berg.9@us.af.mil for further information regarding this opportunity.
70--MEMORY UNIT,DATA ST
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a memory unit, data storage (NSN 0R-7025-017091872-P8) with a quantity of 5 units. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is required prior to contract award. This item is flight critical, and only previously approved sources will be solicited, with a strict requirement for submission of detailed technical data and source approval documentation. Interested parties must contact Katlyn M. Galetto at katlyn.galetto@navy.mil for further information, and proposals must be submitted within 45 days of this notice to be considered.
7025‐01‐706‐9847 (25‐R‐0060)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of seven Core Memory Units, identified by NSN 7025-01-706-9847 and part number A01044000-03, essential for the MMIII weapon system. The solicitation emphasizes the need for compliance with stringent quality assurance protocols, packaging, and delivery requirements, ensuring that all units meet the Department of Defense's operational standards. This procurement is critical for maintaining the functionality and reliability of military systems, reflecting the government's commitment to enhancing defense capabilities. Interested contractors can reach out to Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385-519-8310 for further details regarding the proposal submission process and requirements.
REQUEST FOR INFORMATION - E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors for the E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON) program. This initiative aims to identify sources capable of providing repair and maintenance services for upgraded avionics systems in the E-3 AWACS aircraft, which have transitioned to a three-person flight deck and integrated advanced technologies for enhanced operational capability and safety. The selected contractor will be responsible for ensuring that repaired assets meet stringent quality standards and delivery timelines, with a contract duration of one year and four optional years, emphasizing compliance with federal regulations and effective management of government property. Interested parties must submit their responses by April 30, 2025, and can direct inquiries to Andrew Adams at andrew.adams.13@us.af.mil or Michelle Allen at Michelle.allen.2@us.af.mil.
Power Supply
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a Power Supply, specifically designed for use in the F-15 aircraft. The requirement includes the delivery of 26 units of the power supply, which transforms a 3-phase, 400hz, 115/200 VAC input to an unregulated 28 VDC output, with dimensions of 12.0 inches by 6.0 inches by 7.0 inches and a weight of 20 pounds. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-22-R-0266) is May 2, 2025, with a closing date of June 1, 2025, and inquiries can be directed to Chrissy Turnage at christine.turnage@us.af.mil. The contract will not be set aside for small businesses, and the government’s obligation is contingent upon the availability of appropriated funds.
Sources Sought - F16 Crash Survivable Flight Data Recorder. Please see enclosed sources sought PDF for details.
Buyer not available
The Department of the Air Force is seeking qualified sources for the redesign and sustainment of the F-16 Crash Survivable Flight Data Recorder (CSFDR), also known as the Joint Electronic Data Acquisition Interface (JEDAI) system. The procurement aims to identify contractors capable of redesigning obsolete components, creating prototypes, updating technical data, and managing logistics for the USAF F-16s and Foreign Military Sales. This initiative is crucial for maintaining the operational integrity and safety of the F-16 aircraft, with the potential for a sole-source contract to the incumbent, Lockheed Martin Aeronautics. Interested parties must respond within 15 days of the notice posting, providing details of their qualifications and capabilities, and can contact Sean Neilson at sean.neilson.2@us.af.mil or 801-750-9357 for further information.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
Link 16 Permanency
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for the transition of the HC-130J Link 16 system from a temporary to a permanent solution. The primary objectives include developing a comprehensive Technical Data Package (TDP) that encompasses maintenance manuals, technical orders, and updates to the Situational Awareness Communication Upgrade (SACU) system impacted by the incorporation of Fenix software. This initiative is crucial for enhancing operational capabilities and improving communication among coalition forces, thereby reinforcing the U.S. Air Force's national defense role. Interested parties should note that this is a Sources Sought notice for planning purposes only, with no formal solicitation guaranteed; inquiries can be directed to Samantha Kirk at samantha.kirk.1@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil.