Automated Notification Recall System
ID: ANRS2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - IT MANAGEMENT AS A SERVICE (DF10)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Automated Notification and Recall System (ANRS) to replace its legacy system, which is reaching end-of-life status. The initiative aims to gather solutions that ensure compliance with Defense Information Systems Agency (DISA) standards, integrate with existing infrastructure, and enhance operational capabilities for NORAD and USNORTHCOM's critical communication needs. This modernization effort is vital for maintaining situational awareness in Homeland Defense and Defense Support to Civilian Authorities operations. Interested vendors must submit their responses by August 6, 2025, to Contract Specialist Tiffany Harley at tiffany.harley.2@spaceforce.mil or Contracting Officer Stephen Carr at stephen.carr.12@spaceforce.mil.

    Files
    Title
    Posted
    The 21st Contracting Squadron at Peterson Space Force Base is conducting a sources sought announcement for an Automated Notification and Recall System (ANRS) to replace their legacy system due to the end-of-life status of the current Motorola NXT Vesta Communicator. This initiative seeks industry input on potential solutions that ensure Defense Information Systems Agency (DISA) compliance, integrate existing infrastructure, and enhance operational capabilities. Interested vendors are asked to provide company information, business types, and relevant capabilities. Key requirements include integrating or providing alternatives to the existing systems (Motorola Vesta Communicator, Consortium III Conference system, and Desktop Alert Notifications) while maintaining or improving performance. Vendors should describe their solution's architecture (cloud-based, on-premises, hybrid), licensing model, migration strategies, training needs, support structure, and estimated timelines for deployment. Responses must be received by August 6, 2025, indicating a market interest in this modernization effort that impacts NORAD and USNORTHCOM's operational efficiency. Overall, the announcement reflects the government's proactive approach to upgrade critical communication systems within the Department of Defense.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Intent to Procure: CARA AN/APN-232 Receiver Transmitter (NSN:5841-01-349-9175)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, intends to procure the AN-APN 232 Combined Altitude Radar Altimeter (CARA) Receiver-Transmitter from Symetrics Industries, LLC, dba Extant Aerospace. This procurement involves a firm fixed price request for proposal for the manufacture of 11 units of the Receiver-Transmitter, which is critical for transmitting and processing altitude-related data for various avionics systems, operating effectively from 0 to 50,000 feet. The unique technical specifications and proprietary knowledge required for this equipment render Symetrics Industries the sole source capable of fulfilling this requirement, as the government does not possess the necessary technical data. Interested parties may contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information, with the proposal expected to be released on or before December 11, 2025.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking industry input for the Collaborative Integrated Air and Missile Defense (IAMD) Planning Program. This Request for Information (RFI) aims to gather innovative software solutions, particularly those utilizing Artificial Intelligence (AI), to enhance IAMD planning capabilities for the U.S. Navy, including mission analysis, Course of Action (COA) development, and execution transition. The information collected will support the development, prototyping, production, and sustainment of software solutions that integrate with existing Navy systems. Interested parties are invited to submit white papers detailing their solutions and strategies by November 3, 2025, and may contact Rachel Jimenez at rachel.r.jimenez5.civ@us.navy.mil or Christopher Auen at christopher.d.auen.civ@us.navy.mil for further inquiries.
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    Request for Information (RFI) F-15SA Diminishing Manufacturing Sources and Material Shortages (DMSMS) Analysis Tool Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for a Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis tool for the Royal Saudi Air Force's F-15SA aircraft. The objective is to procure a system that can proactively and reactively identify DMSMS issues, recommend viable resolutions, and integrate these solutions into a software tool that will be utilized by U.S. Government Country managers supporting the RSAF. This tool is crucial for managing obsolescence, correcting technical order errors, and facilitating coordination with government engineers and Foreign Military Sales (FMS) partners. Interested contractors must submit their capability surveys detailing their experience and qualifications by December 16, 2025, to the primary contact, Anthony Brzezicki, at anthony.brzezicki.2@us.af.mil or by phone at 478-497-5532.
    16--RECEIVER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical receiver, identified by NSN 1R-1680-LLF02N672-P8 and reference number 147A6156-20, with a quantity of one unit required for delivery FOB origin. This procurement is unique as it necessitates Government source approval prior to contract award due to the lack of sufficient technical data for open competition, meaning only previously approved sources will be solicited. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures to demonstrate their capability to produce the item, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    70--SERVER,AUTOMATIC DA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure three units of an Automatic Data Server (NSN 7H-7035-016796159) for repair and modification purposes. This procurement is intended to fulfill a specific requirement under the authority of FAR 6.302-1, indicating that the government plans to negotiate with only one source, although all responsible parties are encouraged to express their interest and capabilities. The goods are critical for maintaining operational efficiency within the Navy's IT and telecommunications infrastructure. Interested vendors must submit their proposals or capability statements within 45 days of the notice publication, with all inquiries directed to Zachary R. Morrill at (717) 605-1552 or via email at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL.