M211 Infrared Countermeasure Decoy, and the MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys
ID: W15QKN-25-X-11M5Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

PYROTECHNICS (1370)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting a sources sought notice to identify potential sources for the production and delivery of M211 Infrared Countermeasure Decoys, as well as MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys. The procurement aims to support U.S. Army and Air Force aviation platforms in protecting against infrared homing missiles, thereby enhancing operational readiness and fulfilling military requirements. Interested contractors must demonstrate their capabilities in manufacturing and handling sensitive technical data, as the project involves compliance with strict export control laws and security classifications. Responses are due within 15 calendar days from the publication date, and interested parties should contact Contract Specialists Kristin Firozvi and Steven Ghazi via email for further details and submission of required documentation.

    Point(s) of Contact
    Kristin FirozviContract Specialist
    (520) 669-7787
    kristin.a.firozvi.civ@army.mil
    STEVEN GHAZIContract Specialist
    (520) 669-8570
    steven.s.ghazi.civ@army.mil
    Files
    Title
    Posted
    The Militarily Critical Technical Data Agreement (DD Form 2345) serves as a certification document utilized by individuals or enterprises that seek access to sensitive unclassified technical data governed by U.S. and Canadian export control laws. The form requires the applicant to indicate the type of submission—initial, revision, or five-year renewal—and provides essential details such as the applicant's name, address, contact information, and a description of relevant business activities. Key certifications confirm that the individual responsible for data custody is lawfully admitted as a resident of the U.S. or Canada, that data access is necessary for legitimate contracting purposes, and that all distributing personnel comply with applicable export regulations. The form emphasizes the necessity of maintaining the confidentiality of technical data and disallows the dissemination to unauthorized parties, ensuring compliance with regulations set forth under U.S. DoDD 5230.25 and Canada’s TDCR. By signing the document, the applicant affirms the veracity of their claims, acknowledging potential legal penalties for false statements. The U.S./Canada Joint Certification Office facilitates the acceptance of this certification, assigning a unique certification number, valid for five years. The agreement is vital for securing access to critical data necessary for defense-related contracts within the North American context.
    The FCDDAC Form 1350, issued in January 2011 by the CCDC Armaments Center, is a Technical Data Request Questionnaire aimed at facilitating the request process for technical data within the Department of Defense (DoD). It outlines the procedures and requirements necessary for obtaining technical data, emphasizing the need for comprehensive responses to each inquiry to avoid delays or rejections. Key points include the need for the requester to provide personal identification, details about citizenship, and proof of business interest, such as federal supply codes. The form also includes conditions related to the handling of sensitive data, particularly those governed by the Arms Export Control Act and International Traffic in Arms Regulations (ITAR), requiring potential registrants to comply with registration and export licensing requirements. The document's structure is systematic, requiring personal, business, and technical information to ensure compliance with government regulations, thereby safeguarding national security interests while facilitating legitimate requests for technical data. Overall, the document serves to streamline the technical data request process while enforcing compliance with federal regulations.
    The document outlines a Non-Disclosure and Non-Use Agreement (NDA) between the U.S. Army Contracting Command – New Jersey and a Recipient Organization for accessing sensitive technical data related to the M211, MJU-50A/B, and MJU-51A/B Infrared Countermeasure Decoy programs. The NDA restricts the use of the provided data solely for the purpose of responding to the relevant Sources Sought notice, prohibiting any unauthorized disclosure or third-party access without prior approval. The Recipient must maintain security measures and a list of third parties receiving the data, ensuring non-disclosure agreements are in place. Additionally, any data or inventions derived from it remain the property of the U.S. Government, and the Recipient is responsible for adhering to U.S. export laws. The document emphasizes legal compliance and outlines repercussions for unauthorized use or disclosure. This NDA is essential for protecting sensitive military information while permitting qualified entities to engage in the procurement process through government RFPs.
    Similar Opportunities
    Infrared (IR) Counter Measure (CM) Flare Family of M206 and MJU-7A/B
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is conducting a Sources Sought announcement to identify potential sources for the manufacturing and delivery of the Infrared (IR) Counter Measure (CM) Flare Family, including the M206 and MJU-7A/B models. The procurement aims to secure flares that protect various aircraft from infrared heat-seeking missiles, which are critical for maintaining mission capability and crew safety. The estimated annual production quantities are 40,000 units for the M206 and 80,000 units for the MJU-7A/B, with deliveries anticipated from FY26 to FY31. Interested companies must respond with their capabilities and relevant information by the specified deadline, and inquiries can be directed to Benjamin Riessen at benjamin.c.riessen.civ@army.mil.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.
    Illuminator, Infrared
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a market survey to identify qualified contractors for the production of an Infrared Illuminator (NSN: 5855-01-534-5931). The Army currently lacks a complete technical data package for this item, and suppliers interested in manufacturing it are encouraged to respond with detailed information regarding their capabilities, including production capacities, past performance, and quality assurance programs. This procurement is critical for enhancing the Army's operational capabilities in night vision and related technologies. Interested suppliers must submit their responses to Steven Klemmer via email by November 7, 2024, as this market survey does not constitute a solicitation or guarantee of future contracts, and no phone inquiries will be accepted.
    MJU-76B Molded Nose, Flare
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking interested offerors to provide 205,900 units of the MJU-76B Molded Nose, Flare, in accordance with the specifications outlined in DWG DEV22078. The procurement requires that the molded noses be manufactured from tungsten alloy, adhering to ASTM B777 standards, with specific material compositions and weight requirements, emphasizing the need for high-precision components for defense applications. Interested parties must submit a technical summary and complete the RFI Questionnaire by 1:00 PM CST on October 31, 2024, and must be registered in the System for Award Management (SAM) at the time of response. For further inquiries, contact Dustin Sexton at Dustin.p.Sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    58--RECEIVER,COUNTERMEA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 10 units of the Receiver, Countermeasure (Part Number: 2680377G002) under a presolicitation notice. This procurement is intended to fulfill a specific requirement for electronic countermeasures, which play a critical role in military operations by enhancing the effectiveness of defense systems against threats. The government plans to solicit and negotiate with only one source, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication. For further inquiries, interested vendors can contact Autumn M. Rau at (717) 697-4313 or via email at AUTUMN.M.RAU2.CIV@US.NAVY.MIL.
    Distributed Aperture Infrared Countermeasure (DAIRCM) Program of Record (PoR) IDIQ (PRMs/LRIP)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate and award a sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract to DRS Systems Inc. LLC for the Distributed Aperture Infrared Countermeasure (DAIRCM) Program of Record. This contract will cover hardware production, logistics, and engineering support for the Low Rate Initial Production (LRIP) phase of the AN/AAQ-45 DAIRCM system, which is critical for enhancing aircraft survivability against infrared threats. The procurement will be conducted under the authority permitting other than full and open competition, as DRS Systems, Inc. is the sole designer and manufacturer of the required equipment, and the government does not possess a technical data package suitable for competition. Interested subcontractors may reach out to Mr. Jeffrey Cutre at DRS Systems, Inc. for potential opportunities, with the primary contacts for the contract being Krista Sponsler and Jessica Guy-Dietrich, who can be reached via their provided emails and phone numbers.
    58--RECEIVER,COUNTERMEA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of two Receiver, Countermeasure units. The requirement includes the submission of a proposal via email, with a focus on ensuring that all necessary documentation for government source approval is included, as these items require such approval prior to award. These receivers are critical for electronic countermeasures, which play a vital role in enhancing the operational capabilities of naval forces. Interested vendors must submit their proposals to Sarah Crompton at sarah.e.crompton.civ@us.navy.mil by the specified due date, and further details regarding source approval can be found in the NAVSUP WSS Source Approval Brochure available online.
    58--RECEIVER,COUNTERMEA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a Receiver, Countermeasure (NIIN: 017059130, PN: 131K832G05) with a quantity of one unit. This solicitation requires that all proposals include necessary documentation for government source approval, as items must be sourced from approved vendors prior to award. The Receiver, Countermeasure is critical for electronic countermeasures and is essential for maintaining operational readiness within naval operations. Interested vendors must submit their proposals via email to Sarah Crompton at sarah.e.crompton.civ@us.navy.mil by the specified due date, ensuring compliance with the NAVSUP WSS Source Approval Brochure available online. Early and incremental deliveries are preferred, and the terms and conditions of BOA N0038321GZJ01 will apply to this requirement.
    Control Display Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the overhaul of the Control Display Unit, part number 10150-0204. The government seeks contractors capable of providing this item, which is classified under NAICS code 336413, and is essential for aircraft operations. This procurement will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract, with responses due within 15 days of posting. Interested parties should submit their capabilities statements and contact Mariel L. Chambers at mariel.l.chambers.civ@army.mil for further information.
    Joint Counter-small Unmanned Aircraft Systems (C-sUAS) Office (JCO) Request For Quote (RFQ) Demo 6 Red Team and Targets
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Rapid Capabilities and Critical Technologies Office, is soliciting proposals for the Joint Counter-small Unmanned Aircraft Systems (C-sUAS) Office Request For Quote (RFQ) for Demo 6 Red Team and Targets. This procurement aims to secure support for target procurement, preparation, storage, piloting, and management for JCO/RCCTO events scheduled from January 1, 2025, to December 31, 2025, with operations primarily at Yuma Proving Ground or other CONUS-based test ranges. The selected contractor will be responsible for providing various unmanned aircraft targets, ensuring compliance with government standards, and demonstrating the ability to simulate adversarial scenarios, with a focus on maintaining operational flexibility and tactical effectiveness. Interested vendors must submit their quotes by November 1, 2024, and can direct inquiries to Jolynda Ivy at jolynda.v.ivy.civ@army.mil or Simone Brightmon at simone.l.brightmon.civ@army.mil.