Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
ID: FA822225RB003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

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

    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 the overall threat emitter system, emphasizing the specialized nature of the equipment which is integral to countermeasure detection operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must ensure active SAM registration and compliance with NIST DoD Assessment requirements, with the contract structured as a Firm Fixed Price agreement and anticipated delivery within one year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.

    Files
    Title
    Posted
    The document provides detailed instructions for creating an equipment list related to federal acquisitions, specifically for Alexsys and PRI processes. It outlines the necessary steps for identifying item specifications, shipping information, and acquisition types, which include supplies and software. Instructions emphasize the importance of distinguishing between new software purchases and renewals, as well as ensuring that descriptions meet regulatory standards. The document specifies the need for clarity in contract line item numbers (CLINs) and delivery schedules while ensuring that part numbers are current and not obsolete. Key components include the identification of manufacturers, quantities, unit measures, and ensuring that all information correlates with the purchase request structure. Additionally, the shipping address and point of contact details are to be clearly stated. Overall, the document serves as a guideline for federal procurement procedures, ensuring effective and compliant acquisition of equipment and software resources.
    The document outlines a Justification and Approval (J&A) for a sole-source contracting action by the United States Air Force to procure an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC Inc. This specialized equipment is crucial for the agency's requirements related to countermeasure detection from NATO aircraft and integral for the successful operation of a new Engineering Software Support Station (ESSS). The J&A emphasizes the proprietary nature of the CEAR, revealing that no alternate suppliers were identified during extensive market research, confirming SRC Inc. as the sole manufacturer. Despite efforts to solicit competitive bids through government procurement catalogs and RFIs, no responses were received, affirming the necessity of this sole-source contract. The Contracting Officer certifies the anticipated cost will be fair and reasonable, and the document anticipates future technological advancements may allow for open competition, although such opportunities are currently limited. The overall purpose of the J&A is to provide a clear rationale for bypassing full and open competition due to the unique qualifications of the required equipment.
    The United States Air Force has issued a Request for Proposal (RFP) for the acquisition of an Unmanned Threat Emitter (UMTE) and a Common Electronic Attack Receiver (CEAR) from SRC, Inc., under Solicitation Number FA822225RB003. This sole-source acquisition is justified due to the specialized nature of the items, which are crucial components of a larger threat emitter system. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel before April 3, 2025. Offerors must hold active SAM registration and have completed the necessary NIST DoD Assessment. The contract will be a Firm Fixed Price "C" type agreement, with anticipated delivery required within one calendar year after the contract award. The government reserves the right to cancel the solicitation at any time with no obligation to reimburse offerors. Additional documentation, including provisions, clauses, and an equipment list, is attached to the RFP for reference. This RFP highlights the Air Force's ongoing efforts to procure critical electronic warfare components while adhering to federal procurement guidelines.
    The document is a Request for Proposal (RFP) from the federal government for the procurement of the Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR). It provides detailed information regarding the solicitation process, including timelines for submission, requirements for offers, and key conditions of the contract. The RFP specifies the necessity for proposals that comply with DPAS regulations and includes clauses related to the evaluation of offers, contract terms, and compliance with various federal regulations. The document outlines the pricing arrangement (firm fixed price), quantities, unit prices, and delivery schedules, emphasizing the importance of timely submissions and acknowledgement of any amendments. It also establishes procedures for inspections, acceptance, payment instructions, and administrative data. Overall, this RFP underscores the government's structured approach to acquiring defense-related equipment, ensuring adherence to legal and regulatory standards while fostering a transparent procurement process.
    The SPRS NIST SP 800-171 Workflow document outlines the steps required for companies to comply with NIST SP 800-171 assessment processes, particularly when contracting with the Department of Defense (DoD). The workflow begins with the registration of the company in the Procurement Integrated Enterprise Environment (PIEE), which is essential for establishing a Cyber Vendor User role. Companies must create an internal System Security Plan (SSP) to facilitate the assessment. Following the assessment, if the score is below 110, a Plan of Action must be submitted to address deficiencies. Key resources, such as scoring templates and guides for entering assessment details, are provided. Moreover, the document discusses the implementation of newer DFARS clauses that mandate contractors to hold current assessments, ensuring that cybersecurity standards are met and maintained. Contractors must grant the DoD access to their facilities for necessary assessments, including enforcing compliance when subcontractors are involved. This framework emphasizes the critical nature of security assessments and continuous compliance in the federal contracting environment, underscoring the government's commitment to robust cybersecurity practices.
    Lifecycle
    Similar Opportunities
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    RECEIVER,COUNTERMEA
    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 the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    RECEIVER,COUNTERMEA
    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 Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    Telemetry Radios
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.