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

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC 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
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 11:00 PM UTC
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 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.

Files
Title
Posted
Mar 25, 2025, 11:04 PM UTC
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.
Mar 25, 2025, 11:04 PM UTC
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.
Mar 25, 2025, 11:04 PM UTC
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.
Mar 25, 2025, 11:04 PM UTC
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.
Mar 25, 2025, 11:04 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
UMTE Exciter, Radio Frequ
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, Utah, is soliciting bids for the procurement of three units of the UMTE Exciter, Radio Frequency, identified by National Stock Number (NSN) 5840-01-625-6969. This solicitation aims to acquire radar equipment, which plays a critical role in search, detection, navigation, and guidance systems essential for military operations. Interested contractors must adhere to stringent compliance requirements outlined in various documents, including the Contract Data Requirements List (CDRL) and engineering instructions, ensuring quality control and regulatory adherence throughout the manufacturing process. For further inquiries, potential bidders can contact Dennis Bouy at dennis.bouy@us.af.mil, with proposals expected to align with the specified timelines and quality standards.
Joint Threat Transmitter (JTE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for the procurement of a Joint Threat Transmitter (JTE) to enhance market research and identify potential sources for repairs. The objective is to improve small business access and foster competition in the acquisition process, particularly for an antenna rotator, which is critical for military operations. Interested suppliers are encouraged to submit capability statements, as the government seeks to ensure compliance with quality standards and regulations while gathering supplier interest for this essential military component. For further inquiries, interested parties can contact Wyatt Snare at wyatt.snare@us.af.mil or Chao Chin at chao.chen.1@us.af.mil, with all submissions required to be in English and U.S. dollars.
Sensor Agnostic Emulator and Trainer (SAET)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors through a Sources Sought notice for the Sensor Agnostic Emulator and Trainer (SAET) project. This initiative aims to support the Distributed Common Ground System (DCGS) for intelligence operations, focusing on the development of a simulation tool for mission training and testing that can manage various intelligence data types, including ELINT and COMINT. The selected contractors will be responsible for program management, agile project management, engineering services, and software development under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, which is crucial for enhancing the capabilities of Intelligence, Surveillance, and Reconnaissance (ISR) missions. Interested parties must submit their responses, including detailed business information and answers to capability survey questions, by April 24, 2025, to Philip Holt at philip.holt@us.af.mil.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a "Best Source Selector" device, as outlined in solicitation number FA9101-25-Q-B039. This procurement aims to acquire a Diversity Combiner/Best Source Selector unit from GDP Space Systems, which is essential for enhancing data selection capabilities at White Sands Missile Range, with specific requirements including rack mountability, support for at least 16 input channels, and compliance with Range Commanders Council standards. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 14, 2025, and a mandatory delivery timeframe of 30 weeks post-award to Holloman Air Force Base in New Mexico. Interested vendors can reach out to Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further inquiries.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 16 units of the Receiver-Transmitter (NSN: 7RE 5841 010874423, PN: HG7194C1). This procurement is critical for enhancing radar equipment capabilities, which play a vital role in airborne detection and navigation systems. Interested vendors must ensure they are an approved source, as government source approval is required prior to award; proposals must be submitted via email to Joshua Seltzer by the specified due date. For further details, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
RECEIVER,RADIO; Qty: 2
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two radio receivers specifically for use in the P-8 aircraft. This procurement is a sole-source requirement, as the Government does not possess the necessary data to engage alternative suppliers, making Undersea Sensor Systems, Inc. the only approved source for this item. The contract is expected to last for one year, with a projected award date of May 30, 2025, and interested parties may submit capability statements within 15 days of this notice. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
Buyer not available
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
AN/ALQ-131 Electronic Countermeasures (ECM) Pod Parts Sources Sought Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential suppliers for parts related to the AN/ALQ-131 Electronic Countermeasures (ECM) Pod through a Sources Sought Synopsis. The objective is to identify companies capable of designing, manufacturing, and qualifying parts that are compatible with specified Northrop Grumman part numbers, emphasizing the need for expertise in handling classified materials. This procurement is crucial for maintaining the operational effectiveness of electronic countermeasure systems used by the Air Force. Interested parties, including both large and small businesses, are encouraged to submit their capabilities and relevant experience by May 31, 2025, to Daniel Daniels at daniel.daniels.2@us.af.mil, adhering to the guidelines for classified and unclassified submissions.