Joint Threat Transmitter (JTE)
ID: FA8250-25-R-00635Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 12, 2025, 10:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 2:04 PM UTC
The document announces a Sources Sought Synopsis related to the procurement of an antenna rotator for the U.S. Air Force under solicitation number FA825025R00635. It serves primarily to conduct market research to identify potential suppliers, enhance small business access to acquisition information, and foster competition. It clarifies that this notice is not a Request for Proposal (RFP) and outlines the agency's expectations, including that the acquisition may not be set aside for small businesses. The announcement includes specific details, such as NSN (5985-01-599-1912), estimated quantities, and engineering source approval requirements, asserting the necessity for approved sources to maintain part quality. It encourages responsible sources to submit capability statements or proposals and outlines constraints on foreign participation at the prime contractor level, stressing all submissions must be in English and U.S. dollars. The intent of this document is to gather supplier interest and capabilities for an essential military component, thereby informing budget and procurement planning. The government emphasizes thorough compliance with regulations and the maintenance of quality standards in fulfilling its procurement needs.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, allowing for brand name or equal products. These transponders are crucial for various military applications, including search, detection, navigation, and guidance systems. Interested vendors can reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation.
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. This procurement is aimed at acquiring Brand Name or equal transponders, which will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. These transponders are critical for various military applications, including search, detection, navigation, and guidance systems. Interested small businesses are encouraged to reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
Buyer not available
Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
Sources Sought Announcement (SSA) for Procurement of Tactical Network Transport – On The Move (TNT-OTM) Parts
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is issuing a Sources Sought Announcement (SSA) for the procurement of Tactical Network Transport – On The Move (TNT-OTM) parts. This initiative aims to identify capable businesses, particularly small businesses, that can meet the upcoming contract requirements for these essential military components, which are critical for enhancing communication capabilities on the battlefield. Interested vendors are invited to submit their capabilities, past performance, and engineering qualifications by April 17, 2025, to inform the government's acquisition strategy. For inquiries, potential respondents can contact Justin Young at Justin.y.young2.civ@army.mil or the DLA Land and Maritime Small Business Office at smbizlandcols@dla.mil.
Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform (PTW) over Protected Tactical SATCOM-Global (PTS-G) Joint Hub Variant (JHV) Technical Capability Sources Sought Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for the Protected Tactical SATCOM-Global (PTS-G) system. The objective of this Request for Information (RFI) is to gather insights on the cost, schedule, and effort required to modify the existing Wideband Global SATCOM (WGS) Joint Hub design for use at commercial GEO gateways, enhancing capabilities for tactical warfighters. The PTES is crucial for providing anti-jam wideband satellite communications, and the successful contractor will be responsible for various tasks, including system design, software upgrades, and compliance with cybersecurity standards as outlined in relevant documents such as MIL-STD-188-164C and NIST SP 800-53. Interested parties must submit their responses by 12:00 PM Pacific Time on April 21, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to include their experience and technical competencies related to SATCOM systems.
F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
F16AN_APG68_Dual_Mode_Transmitter_NSN5998013035871_PN785R537G01
Buyer not available
Sources Sought DEPT OF DEFENSE F16ANAPG68DualModeTransmitterNSN5998013035871PN785R537G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and compatibility of the transmitter with the F-16 weapon system. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
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.
Repair of the fixed Attenuator used in the MWD AN/FPS-132 UEWR radar - NSN 5895-01-053-6204
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of fixed attenuators used in the MWD AN/FPS-132 UEWR radar, identified by National Stock Number (NSN) 5895-01-053-6204. The procurement involves a total small business set-aside for the inspection, testing, and repair of these critical components, which are essential for military operations and require adherence to stringent technical specifications and quality standards. The selected contractor will be responsible for conducting a Test, Teardown, and Evaluation (TT&E) followed by necessary repairs, ensuring compliance with environmental and safety regulations throughout the process. Interested parties should direct inquiries and proposals to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL, with a proposal submission deadline to be confirmed in the solicitation documents.
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.