Enhanced Query Data Recorder and Telemetry Network Standard
ID: FA930224Q0066Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

RADIO NAVIGATION EQUIPMENT, AIRBORNE (5826)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, plans to award a sole-source firm-fixed price contract to Laulima Systems LLC for their aircraft telemetry and data recording hardware and software.

    The Air Force seeks the following from potential vendors:

    1. TmNS MDL Authoring & Editing Toolkit, compatible with MDL versions 1.0 and 1.2.
    2. Enhanced Query Data Recorder 3.0, integrated with the Next Generation Airborne Processor (NGAP).

    Interested parties should provide a complete technical package demonstrating their ability to meet these requirements. Submissions must include relevant certifications and be received by 12:00 PM PST on July 30, 2024, to be considered.

    This Special Notice is solely for informational purposes. No solicitation or procurement action is currently open. Responses should be sent to Contracting Officer Susana Dryer at susana.dryer@us.af.mil for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Award Sole Source ALTAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price Purchase order to ALTAIR for software services, with an anticipated award date of October 22, 2024. This procurement is classified as a sole-source acquisition under FAR 13.106-1(b)(1)(i), indicating that ALTAIR is the only reasonably available source for the required services, which will be performed over a period of 365 days following the award. Interested vendors may submit capability statements or proposals within five days of the notice to potentially influence the decision on competition, although the government retains discretion on whether to pursue competitive procurement. Responses must be submitted in an unclassified format, limited to 10 pages, and directed to the designated contacts, JaQuan Dangerfield and Kerisha Wordlaw, by the deadline of October 22, 2024, at 12:00 PM EST.
    High Frequency Data Acquisition System Request for Information
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory Rocket Propulsion Division, is seeking information from potential providers of advanced high-frequency data acquisition (HF DAQ) systems. The objective is to identify systems capable of robustly recording high-frequency test data for advanced rocket propulsion technologies, featuring flexible recording modes, real-time monitoring, and comprehensive playback and analysis capabilities. These systems are critical for conducting research and development in rocket and space propulsion, ensuring accurate data collection and analysis during testing. Interested parties are encouraged to submit their responses, including system descriptions and operational support details, within 14 days of the publication date to Mathew Pierson at mathew.pierson@us.af.mil or 1st Lt Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil. This inquiry is solely for informational purposes and does not constitute a request for proposals or contracts.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    RECORDER,FLIGHT DAT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of flight data recorders under a federal contract. The procurement aims to ensure that these critical flight instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These flight data recorders play a vital role in aviation safety and operational reliability, making their maintenance essential for military operations. Interested contractors should direct inquiries to John Maier at 215-697-2782 or via email at JOHN.A.MAIER@NAVY.MIL, with the expectation that the contract will include specific delivery timelines and quality assurance provisions.
    76043 - F-15 EX PACS EULA URGENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a sole source End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS) from the 402 Software Engineering Group (SWEG) at Robins Air Force Base. This procurement is critical for enabling comprehensive analysis and updates to the PACS Problem Report (PR) capabilities, particularly concerning the 170/180 Boot and Executable layer source code associated with the F-15 Program Office. The acquisition of this non-commercial software license is essential for ongoing support and software validation, which are vital for the effective management and enhancement of the F-15 fighter program. Interested vendors should direct inquiries to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil, with the expectation that the EULA will be delivered within 30 days after receipt of order.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is initiating a procurement process for a one-time purchase of seven obsolete electronic components essential for the TOW 2B Missile System, under the solicitation SPRRA2-25-R-0004. This acquisition is sole sourced to Raytheon Company, the original equipment manufacturer (OEM), due to the proprietary nature of the parts, which include Digital Signal Processors and Flash Memory. These components are critical for missile production and will be added to the existing DLA-Raytheon Depot Level Repairable contract. Interested firms must meet prequalification requirements and are encouraged to seek source approval from the U.S. Army Combat Capabilities Development Command for future opportunities. The closing date for responses is estimated to be 15 days from the issuance of this synopsis, and foreign entities must process solicitation requests through their respective embassies. For inquiries, contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.
    Sources Sought/Notice of Proposed Contract Action - KSV-270 Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking to procure the KSV-270 Classified Data at Rest Single-Channel Inline Media Encryptor units from General Dynamics Mission Systems on a sole source basis. This procurement is critical for ensuring secure communications and data protection within military operations, as these units are designed to encrypt sensitive information. Interested vendors must submit a written qualification package detailing their capabilities and relevant experience to the contracting officer, Quinella M. Purks, by 4:00 PM CST within 30 calendar days of this notice, with the intention to award the contract by December 2025. For further inquiries, potential offerors may contact Quinella M. Purks at quinella.purks.1@us.af.mil or Janeyra Salgado at janeyra.salgado@us.af.mil.
    70--MEMORY UNIT,AIRCRAF, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking offers for the procurement of 20 units of a memory unit for aircraft, which will be subject to repair and modification. This opportunity involves the National Stock Number (NSN) 7R-7010-015350456-QE, and the delivery terms are FOB Origin, indicating that the seller is responsible for transportation costs until the goods are delivered to the carrier. The memory units are critical components in military aircraft operations, ensuring reliable performance and functionality. Interested parties are encouraged to contact Shamus F. Roache at (215) 697-5047 or via email at SHAMUS.ROACHE@NAVY.MIL for further details, and they must demonstrate their capability to meet qualification requirements as outlined in the solicitation. The government is not utilizing FAR Part 12 policies for this procurement, and interested vendors have 15 days from the notice to express their interest in providing a commercial item.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a range of requirements such as the development of production surge and counterfeit prevention plans, as well as various reporting obligations related to government property and inventory management. These items are critical for maintaining operational efficiency in military aviation, ensuring that aircraft avionics systems function reliably. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil.