Notice of Intent to Award DA 13 (Data Analysis) Synopsis
ID: FA462524Q1121Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Data Analysis Services to BAE Systems Information and Electronic Systems Integration Inc. for the 72nd Test Squadron at Whiteman Air Force Base, Missouri. The contractor will be responsible for analyzing data from the Adaptable Communications Suite (ACS) and conducting hardware functionality tests on aircraft, providing essential technical data to support test objectives and operational decisions. This follow-on contract is critical for ensuring the effective performance and evaluation of hardware and software used during military testing operations. Award is anticipated on or after September 21, 2024, and inquiries should be directed to Lynn Duchene at lynnann.duchene@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.

    Files
    Title
    Posted
    The U.S. Air Force (USAF) has issued a Sources Sought Synopsis (SSS) as part of market research to identify potential vendors for data analysis services. This inquiry aims to increase competition and assess the interest of small businesses, including those classified as Small Disadvantaged, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. The NAICS code for this contract is 541330, with a size standard of $47 million. Interested vendors must have the necessary facility clearance (Top Secret) due to the sensitive nature of the required services, as specified in the Performance Work Statement (PWS) dated July 9, 2024. Vendors are encouraged to submit inquiries via the provided email addresses. The SSS serves purely as a market assessment tool and does not imply a forthcoming solicitation, ensuring that non-respondents remain eligible for future opportunities. This initiative underscores the USAF's commitment to leveraging a diverse range of suppliers while maintaining compliance with security protocols.
    Whiteman Air Force Base (AFB) intends to issue a sole source solicitation for Data Analysis Services for the 72nd Test Squadron, in line with FAR regulations. The project targets the evaluation of information from the Adaptable Communications Suite (ACS) and involves performing hardware functionality tests on various aircraft. The contract requires the contractor to provide technical data supporting test objectives, along with the necessary assistance for launch, recovery, and data analysis to ensure informed operational decisions regarding the performance of hardware and software during tests. The contract is a follow-on to existing services and will be awarded to BAE Systems Information and Electronic Systems Integration Inc., with an anticipated start date post 21 September 2024. All inquiries regarding the solicitation should be directed to designated officials via provided email addresses. This document outlines the specifics necessary for fulfilling government requirements in defense operations, underscoring the critical need for specialized analysis in military testing environments.
    The Performance Work Statement for Data Analysis 13 at Whiteman AFB outlines support requirements for modeling and simulations related to flight line operations. The contractor is tasked with enhancing the accuracy of systems data representation, enabling the flight line to analyze trends and issues from collected data, and maintaining the contractor developmental information system. This includes porting the Flightline Test Set (FLTS) Graphical User Interface to a Linux environment, conducting demonstrations, and creating user manuals. Security measures are emphasized, requiring contractor personnel to comply with strict identification and operations security protocols to protect critical information pertinent to military operations. The period of performance is specified to weekdays during regular hours. Overall, the document underscores the commitment to supporting the warfighter through robust data analysis and maintaining operational integrity at Whiteman AFB while adhering to necessary security protocols.
    The provided document appears to be a compilation of corrupt or garbled data that lacks coherent meaning or clear structure. Given the noticeable absence of discernible topics, themes, or understandable content, it is challenging to define a main purpose or extract key ideas typically found in government RFPs, grants, or RFPs at the state and local levels. The data includes fragmented alphanumeric sequences, symbols, and accompanied characters that do not provide substantial information regarding funding opportunities or project descriptions. Consequently, without any actionable or meaningful content, the document does not fulfill the requirements for summarization as it stands. Instead, it requires proper formatting and correction to generate relevant insights or summaries about governmental funding or requests for proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TIF Base+4 Whiteman AFB Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to Aries Consulting and Integration LLC for Threat Information File (TIF) Data Analysis Services at Whiteman Air Force Base, Missouri. This contract aims to support the 72nd Test Squadron by providing on-site analysis of current TIF data, which is crucial for mission planning and operational effectiveness related to the B-2 enterprise. The services are vital due to the proprietary nature of the data analysis software used, which is exclusively controlled by the intended awardee, ensuring no alternative vendors can meet the requirement. The anticipated award date is on or after September 20, 2024, and inquiries can be directed to Lynn Duchene at lynnann.duchene@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    OE-120B/UPX Software Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to BAE Systems Information & Electronic Systems Integration, Inc. for the development and implementation of replacement software for the OE-120B/UPX system. The objective of this procurement is to port the updated software from Fedora 21 OS to a supported operating system that complies with Department of Defense cyber requirements. The OE-120B/UPX is critical for radar equipment used in airborne applications, and BAE Systems is the sole designer and manufacturer, justifying the sole source acquisition under 10 U.S.C. 2304(c)(1). Interested subcontractors may reach out to Dylan Gibaldi at BAE Systems for potential opportunities, and inquiries can be directed to primary contact Patricia Reed or secondary contact John Britt at their respective emails.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    BC-SZ A&AS Bridge Action Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award the BC-SZ A&AS Bridge Action Contract, which will provide essential support services for the Space Systems Command (SSC) in El Segundo, California. This procurement aims to secure specialized personnel for tasks including strategic acquisition support, communications, reporting, budget analysis, and personnel assistance, ensuring continuity and mission readiness during a critical transition period. The contract, valued at approximately $38.9 million, will be awarded to Quantech Services Inc. as a follow-on to an existing task order, with a response deadline set for September 28, 2024. Interested parties can reach out to Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil for further inquiries.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    L3Harris Communications Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award a sole-source contract for L3Harris Communications Support Services to enhance the operations of the Air Force Security Forces Center (AFSFC). The primary objective of this procurement is to provide comprehensive support, maintenance, and training for L3Harris communication systems, which are critical for military operations, including tactical radios that comply with NATO and NSA standards. The contract will cover a base year from September 30, 2024, to September 29, 2025, with two optional extension years, and interested vendors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, potential bidders can contact Mayra Hernandez at mayra.hernandez.1@us.af.mil or SSgt Jesse Vera at jesse.vera.1@us.af.mil.
    Battlefield Operations Support Systems (BOSS) Gold Support Plan Base plus 4 years
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract for the Battlefield Operations Support Systems (BOSS) Gold Support Plan, covering a base year plus four additional option years. This procurement aims to secure an annual subscription plan for five systems, which is crucial for maintaining operational readiness and support for battlefield operations. The anticipated award date is September 27, 2024, and interested parties must submit their capabilities in writing by 12:00 PM CDT on September 26, 2024, to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil. The contract will be awarded to Tactical Communications Group LLC, with the applicable NAICS code being 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing.
    FA462524Q1130, Applied Avionics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of avionic LED switch assemblies from Applied Avionics, as outlined in solicitation FA462524Q1130. This acquisition aims to secure 33 flight-qualified pieces of equipment essential for the B-2A aircraft, which will enhance the integration of data collection systems and improve the efficiency of flight test data sharing. The procurement is critical for maintaining operational efficiency and supporting aerospace testing operations vital to national defense, with a delivery deadline set for December 31, 2025. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.