DTRA Signals and Electronics Analysis Kit
ID: HDTRA125QAnalysisKitType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE THREAT REDUCTION AGENCY (DTRA)DEFENSE THREAT REDUCTION AGENCYFORT BELVOIR, VA, 22060-6201, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 8:00 PM UTC
Description

The Defense Threat Reduction Agency (DTRA) is seeking qualified vendors to provide a Signals and Electronics Analysis Kit, specifically the Tactical TSCM Kit by Research Electronics International, LLC, or a comparable product. The kit must include a highly portable Enhanced Radio Frequency Spectrum Analyzer, a Portable Near-field Detection Receiver, a Handheld Non-Linear Junction Detector, and a Portable High Gain Audio Amplifier, all fitting into a durable case not exceeding 22x14x9 inches and weighing no more than 30 pounds. This equipment is crucial for advanced analytical capabilities in various operational environments, ensuring effective detection and analysis of electronic signals. Interested vendors are invited to submit their capabilities and specifications in response to this Request for Information (RFI) by contacting Eric Rode and Jocelyn Fritz via email, with responses limited to five pages.

Point(s) of Contact
Files
Title
Posted
The document outlines specifications for a Signals and Electronics Analysis Kit, intended for government use, emphasizing advanced analytical capabilities and portability. The kit must include several components: a highly portable Enhanced Radio Frequency Spectrum Analyzer, a Portable Near-field Detection Receiver, a Handheld Non-Linear Junction Detector, and a Portable High Gain Audio Amplifier. Each item has specific requirements for size, weight, power supply, environmental adaptability, and technical capabilities, such as frequency range, sensitivity, and detection methods. Furthermore, the entire kit must fit in a durable, compact case, not exceeding specified dimensions and weight. This comprehensive description aims to guide potential vendors in responding to a government Request for Proposal (RFP) by clearly defining the technical and logistical requirements necessary for a functional electronics analysis solution. Overall, the document seeks to ensure that the equipment meets stringent operational standards for deployment in diverse conditions.
Lifecycle
Title
Type
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.
Decisive Action (DA) Follow On
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking industry insights through a Sources Sought Notice for the Decisive Action (DA) Follow On contract, aimed at acquiring support services to counter Weapons of Mass Destruction (WMD) and emerging threats. The procurement will focus on a wide range of professional analytical services, including program management support, WMD defeat capability development, and data integration, which are critical to DTRA's mission both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The anticipated contract value is expected to exceed $338.5 million, structured as a cost-type contract with a base period and multiple options, and interested parties must submit capability statements detailing their experience and facility capabilities by the deadline of March 31, 2025. For further inquiries, potential respondents can contact Andrew K. Williams at andrew.k.williams10.mil@mail.mil or Shaneice Shuler at Shaneice.n.shuler.civ@mail.mil.
Portable Range Emitter Monitoring System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a Portable Range Emitter Monitoring System to enhance its operational capabilities. The procurement includes a primary receiver for frequency range analysis from 1 MHz to 7 GHz, along with a direction-finding handheld antenna system that integrates GNSS and analysis software, as well as warranty services and on-site training for personnel. This equipment is critical for ensuring effective monitoring and analysis of electronic signals, which is vital for defense operations. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the requirements outlined in the solicitation. For further inquiries, contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689.
RadEye Products
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research to identify potential sources for the procurement of RadEye brand products manufactured by Thermo Fisher Scientific. The required items include various RadEye kits and components, which must be brand new and come with standard manufacturer warranties, to be delivered within 20 days of order placement. These products are crucial for hazard detection and monitoring, underscoring their importance in defense operations. Interested parties must submit documentation proving their status as authorized resellers, along with relevant product information, by April 11, 2025, at 11:00 a.m. ET, to Blake S. Cromer via email at blake.s.cromer.civ@army.mil.
DTRA CWMD Security Cooperation Engagement Program IDIQ
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of Partner Nations (PNs) in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative involves training, equipping, and providing logistical support to PNs, with a focus on compliance with U.S. regulations and effective project management. The solicitation is expected to be released in the second quarter of fiscal year 2025, and interested parties can contact Jocelyn Fritz or Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil for further information.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus, specifically under the title "DETECTORS/TUBES." This opportunity is a sources sought notice aimed at identifying potential suppliers capable of manufacturing these items, as the government lacks complete unrestricted technical data and intends to solicit only from approved sources, with DRAEGER, INC. being the sole approved source identified. The anticipated contract will be an Indefinite Quantity Long-Term Contract (IQC) with a base period of three years and two one-year options, and it falls under NAICS code 334511, with a small business size standard of 1,350 employees. Interested suppliers are encouraged to complete the market research questionnaire and provide feedback by the specified deadline to assist in shaping a realistic solicitation. For further inquiries, potential bidders can contact Brandy Warner at brandy.warner@dla.mil or by phone at 614-692-5024.
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.
RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of Receiver-Transmitter units, specifically three units required for military applications. This procurement falls under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, and is classified under the PSC code 5841 for airborne radar equipment. The selected contractor must comply with specific government quality requirements and provide a fixed-price contract with a delivery timeline of 425 days. Interested vendors should contact Michelle Toughill at 215-737-3747 or via email at MICHELLE.TOUGHILL@DLA.MIL for further details and to submit proposals, ensuring they meet the necessary government approval criteria.
Brand Name or Equal R&S CMA-180 (Radio Test Set / Audio Analyzer)
Buyer not available
The Department of Defense, specifically the Marine Corps Tactical Systems Support Activity (MCTSSA), is seeking market information from vendors capable of providing a Brand Name or Equal Rhode & Schwarz Audio Analyzer. The objective is to acquire a device that meets or exceeds the capabilities of the specified audio analyzer, which is essential for assessing the accuracy of radio test outputs and must integrate with the existing Ground Radio Family of Systems. This procurement is critical for ensuring the reliability and performance of military communication systems, as the device will facilitate various testing functions, including signal quality measurement and automation scripting. Interested vendors should submit their product specifications and company information electronically, adhering to federal regulations, with responses due by the specified deadline. For further inquiries, contact Maricela Lerma at maricela.lerma@usmc.mil or Beverly L. Hobbs at beverly.hobbs@usmc.mil.
Request for Information (RFI), Vehicle Integrated Point Enhanced RADIAC (VIPER)
Buyer not available
The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), is conducting a Request for Information (RFI) for the Vehicle Integrated Point Enhanced RADIAC (VIPER) system. This initiative aims to identify industry sources capable of developing and integrating a system that enhances crew safety by providing accurate radiation monitoring for military personnel operating in potentially contaminated environments across various Army ground and aviation platforms. The VIPER system is intended to replace outdated technologies, focusing on real-time data transfer, self-diagnostic capabilities, and compatibility with existing military vehicles, while adhering to military standards for durability and maintenance. Interested parties should contact Kevin Rohe at kevin.t.rohe.civ@army.mil for further details and to participate in this market survey.