10 SOPS Juniper CTP Hardware Sustainment
ID: FA255025Q0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking vendor interest and capability for the sustainment of Juniper CTP hardware as part of a sources sought notice. The procurement includes specific requirements for 26 units of the Juniper CTP151 system and various accessories, emphasizing that refurbished or used equipment will not be accepted, and all components must comply with the Buy American Act and stringent Information Assurance qualifications. This initiative is crucial for enhancing the IT infrastructure and ensuring ongoing technical support, which includes 24/7 access to Juniper Networks Technical Assistance Center. Interested vendors should respond to Ms. Emily Heck at emily.heck@spaceforce.mil and TSgt Trenton Beavers at trenton.beavers@spaceforce.mil with their capabilities and any alternative non-brand name items that meet the requirements.

    Files
    Title
    Posted
    The government document outlines the requirements for the procurement of Juniper CTP hardware and support services. The main purpose is to solicit bids for specific hardware items, including 26 units of the Juniper CTP151 system and various accessories, stating that refurbished or used equipment will not be accepted. Offerors must be U.S.-based and comply with the Buy American Act. Technical support services are also specified, requiring 24/7 access to Juniper Networks Technical Assistance Center and authorized support from qualified representatives. Furthermore, all components must meet stringent Information Assurance qualifications, verified by recognized security evaluation programs. This RFP emphasizes the need for reliable hardware sustainment and ongoing technical support in alignment with federal standards and security assurances, showcasing the government's intent to enhance IT infrastructure through compliant and secure procurement processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    UMTE - Transmitter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a market research initiative for the procurement of transmitters, specifically NSN: 5840-01-508-1032, intended for the AN/TPT-T1 (V) Unmanned Threat Emitter. The agency aims to identify potential sources capable of fulfilling its requirements and to enhance small business access to acquisition information, while also improving competition in the contracting process. Interested parties must demonstrate their capability to meet the government's specifications, which include compliance with manufacturing qualification requirements and Unique Identification (UID) standards, with an estimated qualification cost of $19,000 and a completion timeframe of 60 days. Interested vendors should contact Travis Bodily at travis.bodily@us.af.mil or call 385-519-8100 for further details, and they have 15 days from the notice to express their interest and capabilities.
    JTE Transmitter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is conducting market research for the procurement of the JTE Transmitter, specifically NSN 5840-01-657-1845 FD, with an estimated quantity of 2 units. The primary objectives of this sources sought notice are to identify potential sources capable of fulfilling the agency's requirements, improve small business access to acquisition information, and enhance competition by uncovering contracting and subcontracting opportunities. The JTE Transmitter is critical for radar applications, and suppliers must adhere to stringent manufacturing qualification requirements, including a qualification package and a detailed test plan, with an estimated qualification cost of approximately $39,000 and a completion timeframe of around 180 days. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further information, with a delivery schedule anticipated on or before July 18, 2025.
    DelTV ThinkLogical
    Dept Of Defense
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Request for Information (RFI) regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for commercial satellite communications. The objective is to gather market research on the cost, schedule, and effort required to modify the design of the existing Wideband Global SATCOM (WGS) Joint Hub to support both Geostationary (GEO) and Medium Earth Orbit (MEO) commercial applications. This initiative is crucial for enhancing anti-jam wideband satellite communications capabilities for tactical warfighters and ensuring interoperability with commercial SATCOM systems. Interested parties should submit their responses by 12:00 PM (Pacific Time) on March 12, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to provide information on their relevant experience and capabilities in SATCOM systems development.
    EACOMS HP TTC Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to fulfill a requirement for 100 HP Trust Thin Clients (TTC) as part of the EACOMS HP TTC Refresh project. The contractor will be responsible for providing all necessary supervision, personnel, labor, tools, materials, and equipment to procure and deliver the specified HP Elite t755 model, which includes key specifications such as 32GB of DDR4 memory and a 256GB PCIe NVMe solid-state drive. This procurement is crucial for upgrading the technology infrastructure at Al Udeid, Qatar, ensuring efficient operations within the military framework. Interested parties should contact Olivia Christiansen at olivia.christiansen@us.af.mil for further details regarding the solicitation process.
    Repair Services Transmitters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify responsible sources for Repair Services related to Pulse Traveling Wave Tube Amplifiers (TWTAs). This initiative aims to gather market information to assess the availability of qualified suppliers and to enhance competition, particularly focusing on small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Woman-Owned. The information collected will be used to improve acquisition processes and ensure compliance with relevant regulations, with all communications directed to the contracting officer, Wyatt Snare, at wyatt.snare@us.af.mil or by phone at 605-645-8010. Interested parties are encouraged to submit capability statements detailing their qualifications and proposed teaming arrangements, as this is not a solicitation for proposals but a market research effort.
    Advance Control Tester (ACT) II Repair
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of electronic amplifiers under the JTE Program, with a National Stock Number (NSN) of 5996016610915. The procurement involves multiple line items, including the repair of seven electronic amplifiers, which are critical components housed in metal enclosures with wiring, and the delivery timelines vary from 30 days to 150 days after receipt of carcass or completion of studies. This opportunity is vital for maintaining operational readiness and ensuring the functionality of electronic systems used by the Air Force. Interested parties should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, as electronic procedures will be utilized for this solicitation.
    Repair, Manufacture, or Engineer of F-15 TISS (TEWS Intermediate Support System)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors capable of repairing, manufacturing, or engineering a replacement for the Input Power Assembly (NSN: 6130-01-567-4294, PN: MPD 411198-001) used in the F-15 Tactical Electronic Warfare System (TEWS) Intermediate Support System (TISS). This initiative requires contractors to possess classified security clearance and address obsolescence issues related to the component, ensuring full compatibility with the F-15 TEWS. Interested parties are encouraged to submit documentation demonstrating their capabilities and experience, including any partnerships or subcontracting arrangements, by February 8, 2025. For further inquiries, contractors may contact Teresa Morris at teresa.morris.2@us.af.mil or Steve Renfroe at carlos.renfroe.1@us.af.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Dept Of Defense
    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.