Advanced Threat Warner (ATW) Continued Development
ID: H9224125SSN0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)AMSAM-SPKFORT EUSTIS, VA, 23604-5577, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 9:00 PM UTC
Description

The U.S. Special Operations Command (USSOCOM) is seeking qualified contractors for the continued development of the Advanced Threat Warner (ATW), an infrared detection system historically provided by Northrop Grumman. This sources sought notice aims to conduct market research for software and engineering development services, specifically targeting small businesses capable of meeting the requirements without access to Northrop Grumman’s technical data. The ATW system plays a critical role in enhancing operational capabilities by providing advanced threat detection for military applications. Interested vendors must submit a statement of interest, including company qualifications and relevant experience, by April 3, 2025, to Chase Brasher at chase.w.brasher.civ@socom.mil, as participation in future solicitations will require separate submissions.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 7:06 PM UTC
The Technology Application Program Office (TAPO) is issuing a sources sought notice to conduct market research for contractor software and engineering development services for the Advanced Threat Warner (ATW) fielded Infrared (IR) detection system, historically provided by Northrop Grumman. This notice, compliant with FAR and DFARS guidelines, is aimed at identifying small businesses capable of fulfilling the requirement. The government seeks to ascertain the viability of its acquisition strategy, which may affect future solicitations. Interested vendors are invited to submit a statement of interest, including company qualifications and relevant experience. Responses are due by April 3, 2025, and should adhere to specific guidelines, such as including company details, project capabilities without access to Northrop Grumman’s technical data, and compliance with proposed NAICS codes. The document emphasizes that the response is voluntary and does not obligate the government to issue a contract; participation in any future RFPs will require separate submissions.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
Warrior Care Global Support RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) services contract, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces (SOF) service members. The procurement focuses on delivering essential support in areas such as Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition, extending services to families and caregivers of SOF personnel. This initiative is critical for ensuring effective recovery and transition support for service members, reflecting the government's commitment to their well-being. Interested parties must submit their proposals electronically by the specified deadlines, with the anticipated award announcement scheduled for August 7, 2025. For further inquiries, potential offerors can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Warrior Care Global Support Draft RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Air Force Special Operations Command Areas of Interest
Buyer not available
The Air Force Special Operations Command (AFSOC) is seeking industry partners to support its identified Areas of Interest for the 2024-2025 period. AFSOC aims to enhance mission effectiveness through advanced capabilities in various operational domains, including integrated antennas for communication, battlefield trauma care, autonomous threat identification, and cyber surveillance, among others. These initiatives are crucial for improving operational readiness and adaptability in contemporary military operations, particularly in complex combat environments and austere conditions. Interested parties should contact the Technology and Industry Liaison Office (TILO) at AFSOC.A8.TILO@us.af.mil, providing a capability brief and completing the Industry Information Form linked in the notice.
SOCOM Unique Munitions Requirements (SUMR) Amendment to H9243023R0002 for opportunity on-board additional vendors (THIS IS NOT A NEW REQUIREMENT)
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking additional vendors for the SOCOM Unique Munitions Requirements (SUMR) contract, which is an amendment to the existing solicitation H9243023R0002. This procurement aims to onboard vendors capable of supplying advanced munitions tailored to specific operational needs, with each delivery order detailing unique technical data requirements for performance and specification conformance. The SUMR contract, structured as a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, spans ten years and has a total ceiling of $750 million, emphasizing compliance with stringent quality assurance and safety standards. Interested vendors can contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil for further information.
Development of a New Caliber .338 NM Ammunition Container
Buyer not available
The U.S. Special Operations Command (USSOCOM) is conducting market research to identify industry capabilities for developing tooling and manufacturing processes for prototype containers designed for the Caliber .338 NM linked ammunition. This initiative, led by the Small Caliber Munitions Division at Picatinny Arsenal, NJ, aims to ensure that all development and production occur within the United States, adhering to the specifications outlined in TDP MIL-DTL-3060G. The information gathered will help gauge potential partnerships for future collaborations, with responses requested by May 1, 2025, and interested parties encouraged to provide relevant experience and company classification details. For inquiries, contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil.
Improved Vibration Control System (IVCS) Software for the MH-47G
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking to procure modified Improved Vibration Control System (IVCS) Software for the MH-47G Block II aircraft through a non-competitive sole source follow-on contract. This procurement aims to update the IVCS software to incorporate changes from a government-led flight test program and additional software updates, with Lord Corporation identified as the sole source due to its unique knowledge and intellectual property rights related to the IVCS system. Interested parties are encouraged to submit statements of interest and capability documentation by 10:00 am Eastern Time on April 14, 2025, to Ms. Ruth Christopher at ruth.christopher.civ@socom.mil, as the contract will consist of a one-year performance period and will be awarded under a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee structure.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The United States Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC) under Solicitation No. H9240125R0002. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various supplies and services, with a total projected ceiling value of $2.39 billion over seven ordering periods, commencing in October 2025 and concluding in October 2032. The contract is critical for supporting USSOCOM's operational needs and ensuring compliance with federal contracting regulations, including security clearances for classified programs. Interested vendors must submit their proposals electronically and ensure they meet the necessary qualifications, including proof of a TOP SECRET Facility Clearance, by the specified deadlines. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil.
USSOCOM Identity Intelligence Operations (I2O) Facility
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking qualified sources to provide a facility dedicated to Identity Intelligence Operations (I2O) services, which will include a forensic laboratory, software development capabilities, and a 24/7 data production floor. The facility, approximately 11,000 square feet, will feature a Top Secret Sensitive Compartmented Information Facility (SCIF) and accommodate 145 personnel across four shifts, ensuring robust IT and communications services while maintaining classified data security. This Request for Information (RFI) aims to gather industry feedback to shape the acquisition strategy, with interested contractors invited to submit unclassified white papers by April 9, 2025, detailing their capabilities and experience. For further inquiries, vendors can contact Regina Farrell at regina.farrell@socom.mil or by phone at 813-939-2882.
Aviation and Missile Technology Consortium (AMTC) Other Transaction Agreement (OTA) Request for Enhanced Whitepapers (RWP): AMTC-25-03
Buyer not available
The Department of Defense, through the Army Contracting Command at Redstone Arsenal, is issuing a Special Notice for Enhanced Whitepapers under the Aviation and Missile Technology Consortium (AMTC) Other Transaction Agreement (OTA) Request for Enhanced Whitepapers (RWP): AMTC-25-03. The objective of this procurement is to solicit innovative aviation and missile technologies that will enhance warfighter lethality, survivability, and combat effectiveness, as outlined in the AMTC-25-03 Objective Requirements Document (ORD). This initiative is crucial for advancing military capabilities and ensuring the U.S. remains at the forefront of defense technology. Interested parties must be members of the AMTC to respond, and those wishing to join can contact amtc@ati.org for membership inquiries. Further details can be found at https://www.amtcenterprise.org.