DECTK Remote Access Kit
ID: FA5270-Q-A042Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential contractors capable of providing a DECTK Remote Access Kit, part number KLAS-VOY-DEK-R1. This procurement is aimed at gathering market research to assess the availability of qualified suppliers for this electronic computer manufacturing requirement, which is critical for enhancing digital network capabilities. Interested parties should note that this notice is for planning purposes only and does not constitute a solicitation; therefore, no proposals will be accepted at this time. For further inquiries, potential respondents can contact Nina Wickwire at nina.wickwire.2@us.af.mil or Rose Napolitano at rose.napolitano@us.af.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
DECTK Remote Access Kit
Currently viewing
Sources Sought
Similar Opportunities
DSRT KIT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Demolition System, Remote and Time (DSRT) Kit, which is essential for explosive ordnance disposal operations. This contract involves the supply of a non-configured commercial off-the-shelf (COTS) item, specifically designed for remote demolition firing, with the Basic Kit available in both soft and hard cases. The DSRT Kit is critical for ensuring safety and efficiency in military operations, having received necessary approvals for fielding based on rigorous testing. Interested vendors must submit their quotes electronically to Stephanie Tran at YENSTEPHANIE.H.TRAN.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and adherence to specific quality assurance and packaging requirements. The solicitation emphasizes that only authorized distributors of the original manufacturer, Sericore LLC, will be considered for award.
16--REMOTE ELECTRONIC U
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of remote electronic components under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement involves the acquisition of commercial products, with specific requirements including item unique identification and valuation, delivery instructions, and compliance with various federal regulations and standards. These components are critical for maintaining and enhancing the operational capabilities of military aircraft, ensuring readiness and efficiency in defense operations. Interested vendors should direct inquiries to Keli Barish at 215-737-3861 or via email at KELI.BARISH@DLA.MIL, and must adhere to the submission guidelines outlined in the solicitation to be considered for the contract.
RFI - Integrated Broadcast System - Encryption/Decryption
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research for a new hardware/firmware-based encryption/decryption system through a Request for Information (RFI) issued by the Integrated Broadcast Service (IBS) System Program Office. The objective is to gather input on systems that can replace the existing KIV 7M device, with specific requirements including support for up to 16 channels, compliance with NSA Type-1 certification for SECRET level data, and adherence to military standards. This procurement is crucial for enhancing secure communications within military operations, and interested parties are encouraged to submit their responses electronically by April 30, 2025, detailing their capabilities and relevant experience. For further inquiries, Cedric Reese and Brandi Jacobs can be contacted via email at cedric.reese@us.af.mil and Brandi.Jacobs.2@us.af.mil, respectively.
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.
Deployable Communications Package (DCP)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the Deployable Communications Package (DCP), an integrated communications and command/control system. This system is required to support simultaneous multiband voice and data communications, high-frequency radio capabilities, and the provision of full-motion video (FMV) for tactical air control operations, which are critical for planning and executing joint Close Air Support (CAS) and Air Interdiction missions. Interested parties are encouraged to submit their qualifications, capabilities, and product specifications by May 1, 2025, to the designated contacts, Jared Rush and Connor Haseley, via email. This RFI serves as a market research tool and does not constitute a binding procurement commitment from the government.
58--DECODER-RECEIVER, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 20 units of the Decoder-Receiver, part number 762-007631-7, under a presolicitation notice. This procurement is intended for the repair and modification of the specified item, which is critical for analog voice communication systems within military operations. The government plans to solicit and negotiate with a single source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities or proposals within 45 days of the notice publication. For further inquiries, Eric M. Tarkett can be contacted at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL.
B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
Buyer not available
Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
Service Contract for Facilitation of KOV-21 New Production and Battery Refresh.
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking potential sources for the organic facilitation of KOV-21 Card new production and battery refresh at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to acquire a technical data package (TDP) necessary for the manufacturing and maintenance of the KOV-21 card, a critical cryptographic component used in the Simple Key Loader (SKL), which includes assembly procedures, test protocols, and specialized test equipment. Interested companies are encouraged to submit capability statements that demonstrate their experience and understanding of the KOV-21 requirements by April 27, 2025, as this opportunity serves as a preliminary market research effort rather than a solicitation for proposals. For further inquiries, interested parties may contact Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.
Best Source Selector
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a "Best Source Selector" device, specifically designed to enhance data selection capabilities at White Sands Missile Range. This procurement aims to acquire a Diversity Combiner/Best Source Selector unit from GDP Space Systems, which must meet specific technical criteria, including support for at least 16 input channels and compliance with Range Commanders Council standards. The contract is set aside for small businesses, with a delivery timeline of 120 days post-order and a submission deadline for quotes by April 14, 2025. Interested vendors should direct inquiries to Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.