Embedded National Tactical Radio (ENTR) V4
ID: FA5555-24-R-0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8555 AFLCMC C3IBKROBINS AFB, GA, 31098-1670, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
  1. 1
    Posted Mar 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the production of the Embedded National Tactical Radio (ENTR) V4. This procurement aims to secure both footed and non-footed versions of the tactical radio, which is crucial for multi-platform missions, enhancing threat management and situational awareness for U.S. government and Department of Defense operations. Interested contractors are invited to submit their capabilities, demonstrating prior experience and production capacity, with responses due by April 4, 2025. For further inquiries, interested parties can contact Syemeiko Johnston at syemeiko.johnston.1@us.af.mil or by phone at 478-468-0627.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The Request for Information (RFI) issued by the U.S. government on March 5, 2025, seeks to identify potential contractors capable of producing the Embedded National Tactical Radio (ENTR) V4 for U.S. government and Department of Defense use. The government aims to procure both footed and non-footed versions of this tactical radio under a five-year contract, anticipating an initial order of 50 units, followed by 25 units annually. The ENTR V4 is essential for multi-platform missions and enables users to receive crucial data for threat management and situational awareness. Interested contractors must submit their capabilities for evaluation, demonstrating prior experience, technical data generation, and production capacity. The RFI encourages responses from both small and large businesses and emphasizes collaboration through subcontracting or joint ventures, especially from small businesses. It underscores that participation does not guarantee contract awards and emphasizes that responses should be submitted electronically by April 4, 2025. Companies must clearly outline their capabilities, prior experience, and arrangements to fulfill the government’s requirements while also detailing potential issues of parts obsolescence. Overall, this market research is critical for fulfilling the government’s procurement strategy while ensuring operational readiness.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
UMTE Exciter, Radio Frequ
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, Utah, is soliciting bids for the procurement of three units of the UMTE Exciter, Radio Frequency, identified by National Stock Number (NSN) 5840-01-625-6969. This solicitation aims to acquire radar equipment, which plays a critical role in search, detection, navigation, and guidance systems essential for military operations. Interested contractors must adhere to stringent compliance requirements outlined in various documents, including the Contract Data Requirements List (CDRL) and engineering instructions, ensuring quality control and regulatory adherence throughout the manufacturing process. For further inquiries, potential bidders can contact Dennis Bouy at dennis.bouy@us.af.mil, with proposals expected to align with the specified timelines and quality standards.
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.
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.
58--RADIO SET
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 radio sets under the solicitation titled "58--RADIO SET." The primary objective of this procurement is to secure radio navigation equipment that meets specific military standards, with KES2024 LLC designated as the sole source for this solicitation following the removal of Elbit as a source. This equipment is critical for airborne operations and national defense, ensuring reliable communication and navigation capabilities. Interested vendors should note that the offer due date has been extended to May 9, 2025, and can reach out to Jessica T. Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL for further inquiries.
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.
59--DRIVE,ANTENNA UNIT
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a DRIVE, ANTENNA UNIT, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the delivery of six units, with specific quality assurance and inspection standards, including compliance with ISO 9001 and MIL-STD-129 for marking. These units are critical for military applications, particularly in naval operations, where reliable communication equipment is essential. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Tonya Nearhood at Tonya.Nearhood1@navy.mil or by phone at 717-605-1649.
58--MODULATOR,RADIO TRA, 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 five units of the Modulator, Radio TRA, under a presolicitation notice. This procurement involves the repair and modification of the specified item, identified by NSN 7R-5865-016772664-F8, and is intended to be negotiated with a single source in accordance with FAR 6.302-1. The modulator is crucial for electronic countermeasures and related capabilities, underscoring its importance in defense operations. Interested parties are encouraged to express their interest and capabilities, with proposals due within 45 days of the notice publication, and should contact Eric M. Tarkett at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL for further details.
Antenna
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 116 units of antennas, specifically NSN 5985-01-375-4661, under a presolicitation notice. The procurement is classified under Other Than Full and Open Competition, with an emphasis on a delivery timeline of 270 days to Warner Robins AFB, GA, and requires interested parties to demonstrate their capability to meet the government's needs with commercial items within 15 days of the notice. This solicitation, which will be available on or around April 24, 2025, emphasizes a combination of price, delivery, past performance, and socioeconomic factors in the evaluation process. For further inquiries, interested vendors can contact Christopher Wallace at Christopher.Wallace@dla.mil or by phone at 614-692-6151.
17 NSN SOURCES SOUGHT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is conducting a Sources Sought notice to identify qualified vendors capable of manufacturing specific items related to antennas, waveguides, and related equipment. This market research aims to gather information on potential sources for various National Stock Numbers (NSNs), including items such as connectors, microphones, and power supplies, which are critical for military operations and communications. Interested vendors are encouraged to submit their company information and capabilities to Scott D. Knowles at scott.knowles@dla.mil or by phone at 614-692-0639, as no solicitation is currently being issued and responses will not form a binding contract.
Pilot to Dispatch Radio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a ground-to-air UHF/VHF Radio Transceiver to be utilized at a fixed site in Honolulu, Hawaii. The procurement aims to establish a Firm-Fixed Price contract for a system that requires continuous AC power connectivity and must be capable of outputting approximately 10 watts at 90% amplitude modulation, adhering to specific frequency and EMI/EMC certification standards. This equipment is critical for enhancing communication capabilities within military operations, ensuring reliable and compliant radio communication. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to SSgt Thomas Hembree at thomas.hembree@us.af.mil or 808-471-4352.