Intent to Sole Source Notice - Weapons Range
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Other Support Activities for Air Transportation (488190)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 5:00 PM UTC
Description

The Department of Defense, through the 48th Contracting Squadron of the United States Air Forces in Europe, intends to award a sole-source contract to QinetiQ for the provision of air weapons ranges at Royal Air Force Lakenheath in the United Kingdom. This contract, which includes a base year and two option years, is essential for facilitating the safe delivery of weapons and training activities for the 48 Fighter Wing and other USAF aircraft, as QinetiQ operates the only ranges in the UK that meet the necessary safety requirements for critical missile usage. The ranges are specifically designed to accommodate safety zones for Air-to-Surface munitions, ensuring operational readiness and safety in military training environments. Interested parties may express their capabilities by contacting Connor Jeter at connor.jeter@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil, as this notice is framed under FAR 6.302-1, allowing for non-competitive awards under specific circumstances.

Files
Title
Posted
Jan 2, 2025, 6:05 PM UTC
The Department of the Air Force, through the 48th Contracting Squadron, intends to award a sole-source contract to QinetiQ for the provision of air weapons ranges, specifically to facilitate the delivery of weapons and training for the 48 Fighter Wing at RAF Lakenheath. This contract will cover a base year plus two option years and is necessary as QinetiQ operates the only ranges in the UK that meet the safety requirements for critical missile usage, including AIM-9 and AIM-120. The ranges are designed to handle necessary safety zones for Air-to-Surface munitions, ensuring safe and efficient operations for USAF aircraft. This notification is not a request for competitive bids; however, other contractors may express their capabilities by the specified due date. Expressions of interest should be directed via email to designated points of contact within the contracting squadron. This notice is framed under FAR 6.302-1, which allows for non-competitive awards under specific circumstances. The overall purpose is to ensure continued operational readiness and safety in military training environments.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Tri-Base Area Construction Basic Ordering Agreement
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
Qatar Emiri Air Force (QEAF) Joint Standoff Weapon (JSOW) AGM-154C Initial Integrated Logistics Support (ILS) and training
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract with Raytheon Missile & Defense for the provision of Initial Integrated Logistics Support (ILS) and training for the Qatar Emiri Air Force's Joint Standoff Weapon (JSOW) AGM-154C. This procurement is critical as Raytheon is the sole designer and manufacturer of the JSOW system, possessing the unique technical expertise and resources necessary to fulfill the requirements. Interested parties may submit capability statements to express their interest, although the government has no obligation to solicit further proposals or awards. For inquiries, contact John Barr at john.m.barr1.civ@us.navy.mil or Lauren M. Ivancik at lauren.ivancik@navy.mil.
48 FSS Soft Play Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide soft play equipment for the Page Community Center at RAF Lakenheath, United Kingdom. The procurement involves a three-story soft play structure designed to accommodate at least forty children, including a dedicated area for toddlers aged 0-2 years, aimed at enhancing Morale, Welfare, and Recreation (MWR) services for Airmen and their families. This initiative is crucial for promoting physical activity and community cohesion, particularly in light of the region's inclement weather. Interested vendors must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 24, 2025; for further inquiries, they can contact 2d Lt Hunter Copp at hunter.copp.1@us.af.mil or TSgt Robert Robinson at robert.robinson.53@us.af.mil.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Non-Complex Construction and Design Build Construction services for RAF Lakenheath, Suffolk in GBR. This service is typically used for basic ordering agreement for construction and design build projects at RAF Lakenheath, Suffolk. For more information, please contact Claire Switzer at claire.switzer.gb@us.af.mil.
Notice of Intent to Sole Source - Remote Weapon Station Effort
Buyer not available
The Department of Defense, specifically the Marine Corps, intends to negotiate a sole-source contract with Kongsberg Defense & Aerospace Inc. for the procurement of a Remote Weapon Station, along with training, spares, engineering services, and sustainment. This procurement is critical as the Remote Weapon Station is the only known solution that meets the U.S. Marine Corps' requirements and is compatible with the MADIS Inc. 1 Command & Control software baseline. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability responses by 10:00 AM local time on April 17, 2025, to Mr. Justin Hempe and Ms. Stasia Baker via the provided email addresses.
321 Combatives Instructor
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide combatives training for the 321 Special Tactics Squadron (STS) at RAF Mildenhall, United Kingdom. The contractor will be responsible for delivering comprehensive training that includes grappling, Brazilian Jiu-Jitsu, Judo, and striking techniques, ensuring that instructors possess advanced martial arts qualifications and tactical training experience. This training is crucial for enhancing the operational readiness of special operations personnel, with a structured schedule of three 2-hour sessions weekly and dedicated proficiency training weeks. Interested contractors should direct inquiries to Davion Bratcher at Davion.Bratcher@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil, with submissions due by the specified deadlines outlined in the solicitation documents.
Qualitative Evaluation L-39 Services
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking information from qualified contractors to provide non-personnel services for Qualitative Evaluation L-39 Services at Edwards Air Force Base in California. The contractor will be responsible for delivering all necessary resources, including management, personnel, equipment, and facilities, to conduct qualitative evaluation flights using L-29 aircraft, ensuring adherence to safety and operational standards. This procurement is critical for effective flight training and test management for USAF students, with a focus on rigorous training and communication with government representatives. Interested vendors must submit their capability statements by 13:00 Pacific Time on April 18, 2025, to the primary contact, Cole Staron, at cole.staron@us.af.mil, with a contract value anticipated under the NAICS code 611512, and a one-year duration post-award.
FY25-29 MK-59 Floating Decoy System Production / Technical Engineering Support
Buyer not available
The Department of Defense, through the Naval Sea Systems Command, intends to award a contract for the production and technical engineering support of the MK-59 Floating Decoy System for fiscal years 2025 to 2029. This procurement includes the supply of Decoy Launching Systems, End Caps, engineering support, and associated travel and direct costs, with the contract expected to be awarded on a sole source basis to IrvinGQ Limited, located in the United Kingdom. The MK-59 Decoy System plays a critical role in enhancing naval defense capabilities by providing electronic countermeasures. Interested parties may submit capability statements or proposals for consideration, but the government will not reimburse any costs incurred in responding to this notice. For further inquiries, contact Holly Danner at holly.r.danner.civ@us.navy.mil or Trent Aughinbaugh at trent.r.aughinbaugh.civ@us.navy.mil.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC, Inc. This sole-source requirement is critical for receiving and processing data from a specialized threat emitter system, which is essential for countermeasure detection related to NATO aircraft operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must hold active SAM registration and complete the necessary NIST DoD Assessment, with the contract expected to be a Firm Fixed Price agreement, requiring delivery within one calendar year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.