DynaMo Plus and attachments software
ID: FA940125Q0036Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of DynaMo Plus software and attachments, aimed at enhancing the operational capabilities of aircrew members in the Special Operations Wing. The requirements include the ability to assess Joint Range of Motion, Joint Strength, and Grip Strength, with a force-testing capacity of 1,000KG and a sampling rate of 1,000Hz, along with mobile platform accessibility via Android or iOS and compatibility with Power BI for data management. This procurement is critical for ensuring the safety and readiness of aircrew personnel, with a contract duration of up to five years, including multiple option years, and a total small business set-aside. Interested vendors must submit their quotes by May 19, 2025, and can contact Kristie Netzer at kristie.netzer@us.af.mil or by phone at 505-846-1142 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, through the 377th Air Base Wing at Kirtland AFB, New Mexico, has issued a Request for Quotation (RFQ) for the procurement of DynaMo Plus survival vests and components. This solicitation, numbered FA9401-25-Q-0036, is open exclusively to small businesses and outlines a need for three units of the DynaMo Plus, along with applications for iOS and Android, and a five-year warranty. Vendors are required to submit their quotes via email by May 19, 2025, with technical acceptability and pricing being the primary evaluation criteria for award. The procurement focuses on enhancing the capabilities of aircrew members in the Special Operations Wing, with orders to be delivered to Kirtland AFB. Compliance with various federal acquisition regulations, including clauses addressing small businesses, labor standards, and electronic payment processes, is mandated throughout the solicitation. The contract's duration is designed to span up to five years, including multiple option years, allowing for future supply needs to be met systematically. Overall, this solicitation embodies the government's ongoing effort to ensure enhanced operational readiness and safety for aircrew personnel via effective and reliable supplier engagement in defense contracts.
    The 377 Mission Support Group at Kirtland AFB, New Mexico, plans to award a sole source purchase order to Vald Group Inc. for software and equipment related to 3 DynaMo Plus units, including attachments and access to mobile applications for both iOS and Android. This acquisition, which includes a five-year warranty and ongoing product support, will follow Simplified Acquisition Procedures based on FAR guidelines. The anticipated award date is set for May 1, 2025, and although this is not a request for competitive proposals, other potential vendors may submit information showcasing their capability to meet the stated requirements. The decision to pursue competitive procurement remains at the discretion of the government. Responses to this notice are due by April 25, 2025, with inquiries directed to Kristie Netzer via email. This document indicates the government's intent to ensure the procurement process is transparent while allowing for input from other interested parties.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    66--ACCELEROMETER,ELECT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 45 units of the electronic accelerometer (NSN 6680011406829). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for various defense applications requiring precise measurement and monitoring. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the deadline for quotes set for 171 days after the award date.
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    SHOCK DATA RECORDER AND ACCELEROMETERS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing Shock Data Recorders and Accelerometers as outlined in the Sources Sought Notice MICC-FH-033557. The procurement requires a robust data acquisition system, including the SLICE6 AIR, which must feature a compact housing, a 500g shock rating, a 10,000Hz sample rate, and the capability to measure various parameters such as shock and GPS data, while supporting time synchronization for multiple devices. This equipment is critical for operational testing and data collection in airborne and special operations, ensuring precise measurements under challenging conditions. Interested parties should submit their responses by January 2, 2026, to Krista DuBose or Lucy Bonner via email, providing details about their company, small business status, and relevant experience.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    UAS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of Unmanned Aircraft Systems (UAS), including FPV drones, goggles, and controllers, through a combined synopsis/solicitation. This acquisition is a Total Small Business Set-Aside, emphasizing compliance with the National Defense Authorization Act (NDAA), open-source compatibility, and specific functional characteristics for the products offered. The goods are critical for military operations and training, enhancing situational awareness and operational capabilities. Quotes are due by December 16, 2025, at 13:00:29 (EST), and must be submitted through the PIEE Solicitation module, with inquiries directed to Lucas Peacock at lucas.a.peacock.mil@army.mil.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.