Future Target Control Systems (FTCS)
ID: FA8678-23-TCS-R0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8678 AFLCMC EBAYEGLIN AFB, FL, 32542-6895, USA

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE is seeking Future Target Control Systems (FTCS) for the Aerial Targets Branch at Eglin AFB, FL. The FTCS is needed to enable realistic air-to-air and surface-to-air tests in support of development, Live Fire Test & Evaluation (LFT&E), and Weapons System Evaluation Program (WSEP) assessment. The FTCS must support future (5th/6th GEN) LFT&E requirements and reduce reliance on range infrastructure. Capability gaps have been identified reflecting performance, management, and adaptability shortfalls.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    EFT Launch Services Contractor
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Nuclear Weapon Center, is seeking information from companies capable of providing enduring launch services for advanced ICBM technology testing. The primary objective is to establish launch capabilities for ballistic (sub-orbital) flight tests, which will include all activities from the provision of the launch vehicle to the integration of the payload. This opportunity is part of a broader initiative to ensure realistic testing environments for critical defense technologies. Interested parties are encouraged to direct their inquiries to Ms. Chalene Taylor and Ms. Brittany Klemko via email, as this is a Sources Sought notice and not a Request for Proposal (RFP). Responses to this Request for Information (RFI) will be at the responder's expense, and no unsolicited proposals will be accepted at this time.
    Army Targetry System (ATS) Sustainment - Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is planning to award a sole-source contract for the sustainment of the Army Targetry System (ATS). This procurement aims to provide various spare parts and Field Service Representative (FSR) support for over 100 live-fire training ranges both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The targetry systems are critical for enhancing the combat skills of U.S. forces during training exercises. The estimated value of this three-year Firm-Fixed Price (FFP) Requirements contract is $2.4 million, and interested parties can reach out to MaKenzie Bailey at makenzie.d.bailey.civ@army.mil or Delaney Tepel at delaney.e.tepel.civ@army.mil for further information.
    74243 - EOTS GAP ANALYSIS SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a sole source service for the F-35 Tech Refresh 2 (TR-2) related to the Aircraft Electro-Optical Targeting Systems (EOTS) Operational Flight Program (OFP). The objective of this contract is to identify the necessary requirements, tasks, data, deliverables, and infrastructure needed to facilitate the TR-2, which will involve three Technical Interchange Meetings (TIM) to gather technical data for developing an organic OFP. This service is critical for ensuring the operational effectiveness and modernization of the F-35 targeting systems. Interested parties can reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information regarding this presolicitation opportunity.
    ILTE Product Support for AH-64 FOTE II
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Solicitation Notice: DEPT OF DEFENSE is seeking innovative solutions for test through the FAST Commercial Solutions Opening (CSO). This CSO is open to the Air Force Test Center (AFTC) and other associated partners in test, including the Air Force Research Laboratory (AFRL) and the Air Force Operational Test and Evaluation Center (AFOTEC). The objective of the FAST CSO is to partner with industry to bring innovative solutions to accelerate the efficiency and effectiveness of the nation's test mission. The CSO will issue Calls with specific areas of interest (AOI) defined by the organizations issuing the calls. The CSO will remain open for the issuance of Calls until September 30, 2022. Contracts and agreements issued against this CSO are considered "commercial" and may include research and development contracts/agreements. Interested parties can submit white papers or proposals in response to the Calls. The primary evaluation factors for selecting proposals for award include technical capabilities, importance to agency programs, and funds availability. The government intends to award fixed price contracts as a result of this solicitation, but may also award Other Transaction for Prototype projects. The estimated program cost for this CSO is not specified, but individual awards are not anticipated to exceed $100M. Interested parties are encouraged to communicate with the FAST CSO POC for general inquiries and with the specific POCs identified within each Call for objective-related questions. Prospective awardees must be registered in the System for Award Management (SAM) database.
    Tactical Control System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the Tactical Control System (TCS) to General Dynamics Mission Systems (GDMS) located in Fairfax, Virginia. The contract aims to deliver the AN/BYG-1 Technology Insertion 2024 production build by the fourth quarter of fiscal year 2026, which is crucial for the integration and installation of the Submarine Warfare Federated Tactical System on submarine platforms. This procurement is significant as it supports the U.S. Navy's submarine combat control capabilities and includes provisions for future combat systems delivery to international partners through Foreign Military Sales. Interested parties may express their interest and capability within 15 days of the publication of this notice; however, this is not a request for competitive proposals, and all submissions will be at the submitter's expense. For further inquiries, contact Steven Troiano at 202-781-0592 or via email at Steven.j.troiano.civ@us.navy.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for both the United States Air Force and Foreign Military Sales customers. The selected contractors will be responsible for a range of activities, including hardware and software design, integration, testing, and product support, with a focus on upgrades and acquisitions for the F-15 system. Interested parties must submit their qualifications by 4 PM EST on September 16, 2024, to Valerie Neff at valerie.neff@us.af.mil, and should be aware that this is a pre-solicitation notice for market research purposes, not a request for proposals.
    Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is issuing a Sources Sought/Request for Information (SS/RFI) for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP). The objective is to identify potential sources capable of supporting the production of IBCS hardware, which is critical for the Integrated Fires and Mission Command Project Office, emphasizing a collaborative System of Systems approach rather than traditional single-system development. Interested parties are invited to submit white papers detailing their manufacturing capabilities and past experience related to IBCS components, with responses due by 1700 CST on 13 September 2024. For further inquiries, interested vendors can contact Belen "Jenn" Hyman at belen.m.hyman.civ@army.mil or Timothy J. Carlile at timothy.j.carlile.civ@mail.mil.
    TF99 Military IFF Transponder - UAS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for the procurement of UAS transponders for Task Force 99 (TF99). The requirement includes transponders that meet specific salient characteristics, such as dimensions of 47 mm width, 0.5 mm height, and 58.15 mm depth, weighing under 50 grams, and drawing 1.5 watts or less, with AIMS certification and compatibility with various operational modes. This procurement is critical for enhancing UAS capabilities and ensuring safe airspace management during operations. Interested vendors must submit their responses by 4:30 PM Eastern Standard Time on September 12, 2024, to Oisin Doyle at oisin.doyle.1@us.af.mil, including detailed company information and capability statements.