Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
ID: FA821724SSCLSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8217 AFLCMC HBZKHILL AFB, UT, 84056-5838, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The procurement aims to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of this critical Command and Control system. The AN/TYQ-23A(V)1/2 plays a vital role in air operations, integrating various radar and communication systems to support military operations effectively. Interested parties must respond to this Sources Sought notice by providing their qualifications and capabilities by the deadline, which is 30 days from the posting date, and can contact Wendy Farley at wendy.farley@us.af.mil or Mitchell Gooslin at mitchell.gooslin@us.af.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the sustainment of the AN/TYQ-23A(V)1 Tactical Air Operations Module for the USAF and other governmental entities. The contract encompasses providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure operational readiness. The contractor is responsible for a wide array of tasks, ranging from preventive maintenance to the management of associated hardware, software upgrades, and spare parts. The contract spans five years with specific performance metrics and reporting obligations, such as 50/50 reporting and labor accountability. Health and safety regulations, as well as stringent security protocols for contractor personnel, are detailed to mitigate any risks associated with the project. Cybersecurity strategies must align with DOD standards to safeguard sensitive information. Overall, the PWS emphasizes efficient project management, quality control, and compliance with regulatory standards to achieve effective support for critical air operations systems, highlighting the strategic importance of maintaining tactical capabilities within U.S. defense operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.
    Sources Sought - Squad Leader Display Version 3/Maintenance Training Module
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry input through a Sources Sought Notice for the retrofitting of Maintenance and Training Module (MTM) and Squad Leader Display version 3 (SLDv3) kits for the Stryker Family of Vehicles (FoV). The objective is to enhance the onboard diagnostics, training, and maintenance capabilities of the Double-V Hull (DVHA1) Stryker vehicles, thereby improving the vehicle commander's control over electronic systems. This initiative is crucial for advancing military technology and ensuring operational readiness. Interested vendors must submit their responses electronically by October 10, 2024, and can direct inquiries to Cera A. Berube at cera.a.berube.civ@army.mil.
    Field technical assistance, system overhaul, system RESET and repair of spares for the AN/TPN-31, Air Traffic Navigation and Coordination System (ATNAVICS) and the AN/FPN-67, Fixed Base Precision Approach Radar (FBPAR).
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking potential sources to provide field technical assistance, system overhaul, system RESET, and repair of spares for the AN/TPN-31 Air Traffic Navigation Integration and Coordination System (ATNAVICS) and the AN/FPN-67 Fixed Base Precision Approach Radar (FBPAR). The procurement aims to identify qualified vendors capable of addressing the necessary software changes and repairs, as the original developer, Raytheon Electronic Systems, holds proprietary rights to the software, which is not available for competitive procurement. These systems are critical for air traffic navigation and coordination, underscoring the importance of maintaining their operational integrity. Interested parties should contact Eric Fulmer at eric.j.fulmer.civ@army.mil or Shawn Jamerson at shawn.l.jamerson.civ@army.mil for further information regarding this opportunity.
    C-5M CONTRACTOR LOGISTICS SUPPORT (CLS) IV PRESOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the C-5M Contractor Logistics Support (CLS) IV contract, aimed at providing sustainment support for the C-5 fleet over a 5.5-year period. This contract will encompass a range of services including Supply Chain Management of C-5M parts, Line Replaceable Unit Repair, and Engineering Investigative/Technical Support, structured as a Cost-Plus-Fixed-Fee and Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract. The contract is critical for maintaining operational readiness of the C-5 aircraft, with a sole source determination made for Lockheed Martin Aeronautics as the only responsible source. Interested parties are encouraged to monitor the SAM.gov website for the Request for Proposal (RFP) and should direct inquiries to Evan Williams at evan.williams.25@us.af.mil or Erica Martin at erica.martin.2@us.af.mil.
    SPRRA224R0088 MLRS SPARES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet various qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for the qualification effort is 180 days. There is also an option for a source qualification waiver based on specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
    F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
    NSNs NSN 6130-01-551-5132; 5895-01-497-2529 ; NSN 5895-01-498-1190 For the AN/ALQ-172
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential sources for the production of specific subassemblies for the AN/ALQ-172 system. The procurement includes the AN/ALQ-172 LRU-7 Countermeasures Converter Power Supply (NSN 6130-01-551-5132), the LRU-8 BIT Limiter (NSN 5895-01-497-2529), and the LRU-8 Down Converter (NSN 5895-01-498-1190), which are critical components for the B-52 bomber's countermeasure capabilities. The government intends to award a sole source contract to Raytheon Technologies, Inc. due to the lack of available data for alternative sources and the absence of government funding for reverse engineering. Interested parties must express their interest and capability by emailing Christine Smith at christine.smith.20@us.af.mil by October 11, 2024, as this is a sources sought notice and not a solicitation.
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to repair ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with the government encouraging participation from small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to the Sources Sought notice via email and complete a Source Approval Request (SAR) to be considered, with no funding or contractual obligations currently in place. For further inquiries, contact the 424th SCMS at 424SCMS.RFI.Responses@us.af.mil or Michael Falconer at michael.falconer.1@us.af.mil.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Active
    Dept Of Defense
    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.