Contractor Engineering Technical Services (CETS) personnel support for Kuwait Low Altitude Surveillance System
ID: M67854-25-I-0112Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking industry input for Contractor Engineering Technical Services (CETS) personnel support for the Kuwait Low Altitude Surveillance System (KLASS). The objective is to identify qualified vendors capable of providing a fully experienced team to operate and maintain the KLASS, which has been a vital asset for the Kuwait Air Force since the 1980s, consisting of a tethered aerostat and various electronic components. Interested firms are required to submit a summary of their experience and capabilities by April 14, 2025, as this Request for Information (RFI) serves as market research rather than a solicitation for a contract. For further inquiries, potential respondents can contact Richard Danyliw at richard.danyliw@usmc.mil or Sheila McCreery at sheila.mccreery@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) M67854-25-I-0112 seeks industry input to identify vendors capable of providing Contractor Engineering Technical Services (CETS) for the Kuwait Low Altitude Surveillance System (KLASS). This system, which includes a tethered aerostat and various electronic components, has been critical for Kuwait's air surveillance since the 1980s. The Marine Corps Systems Command is assessing the market for vendors able to supply a qualified team to operate and maintain KLASS services, which are currently provided by TCOM, L.P. The RFI outlines the necessary qualifications for personnel, including flight directors, logistics specialists, and electronics experts, without offering a detailed technical data package. Interested firms must submit a summary evidencing their experience, capability, and logistics for deploying a CETS team. Responses are due by April 14, 2025, emphasizing the RFI's purpose as market research rather than a solicitation for a contract. Information submitted will inform the Department of Defense's capability assessment in accordance with federal regulations.
    Similar Opportunities
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    KITE TERMINAL CONSO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of KITE TERMINAL CONSO units, which are critical components in military operations. The procurement involves the repair and quality assurance of these units, adhering to strict military standards and specifications, including the requirement for mercury-free materials due to their use on submarines and surface ships. Interested contractors must submit their proposals by 4:30 PM EST on November 17, 2025, and should direct inquiries to Jocelyne Dzonang Fouego at 717-605-2982 or via email at jocelyne.dzonangfoueigo.civ@us.navy.mil.
    Military Sealift Command VERTREP NAVCENT Detachment A
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing worldwide vertical replenishment (VERTREP) and logistical helicopter services for U.S. Navy and partner nation ships. The procurement requires a two-helicopter detachment, optional unmanned aerial capabilities, support equipment, and a minimum staffing of five pilots and three maintainers, with operations expected to be based in Bahrain. This service is crucial for ensuring efficient logistical support and operational readiness for naval missions. Interested vendors must submit their capability statements by December 19, 2025, at 3:00 PM local time (Norfolk, VA), and can direct inquiries to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    U-2 Life Support Sustainment and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.
    Request for Information (RFI): Expeditionary Precision Approach Landing Capability (EPALC)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from industry and other organizations regarding the Expeditionary Precision Approach Landing Capability (EPALC) to enhance the United States Marine Corps' operational capabilities during Instrument Meteorological Conditions (IMC). The RFI aims to gather insights on existing products that can provide precision approach guidance to aircraft, ensuring operational effectiveness in challenging weather conditions, and supporting Expeditionary Advanced Base Operations (EABO). Interested parties are encouraged to submit unclassified responses detailing their technical capacity and operational capabilities by the specified deadline, with all submissions limited to ten pages and sent electronically in PDF format to the designated contacts, Denise A Pearch and Reannda Bill. This RFI does not constitute a formal solicitation, and the government will not reimburse any costs incurred in response to this announcement.
    Sources Sought: For Ionospheric Ground Sensors (IGS) Sustaining and Engineering Support Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from commercial entities capable of providing sustaining and engineering support for the Ionospheric Ground Sensors (IGS) program. This procurement aims to identify companies that can deliver maintenance, specialized engineering support, installation, and sustainment for the Next Generation Ionosonde (NEXION) and Ionospheric Scintillation Total Electron Content (TEC) Observer (ISTO) systems, which are critical for characterizing the space weather environment and supporting various defense operations. The selected contractors will be responsible for tasks such as site surveys, spectrum analysis, cybersecurity compliance, and system troubleshooting, with a focus on ensuring the operational readiness of IGS installations globally. Interested parties are encouraged to respond by January 12, 2026, and should direct inquiries to Chaz Wisuri at chaz.wisuri@spaceforce.mil or Ryan Hart at ryan.hart.23@spaceforce.mil.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.