TMQ-53 CLS Support
ID: FA233026A001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2330 ARSPC MGNT SYSTMS AFLCMC/HBAHANSCOM AFB, MA, 01731, USA

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the TMQ-53 Tactical Meteorological Observing Systems as part of the Expeditionary Meteorology (ExMet) program. This program aims to ensure the operational availability of the TMQ-53 systems at 96%, providing critical weather data for flight operations, combat missions, and emergency evacuations in various environments. Key requirements include 24/7 helpdesk support, timely provision of spare parts, comprehensive program management, and adherence to cybersecurity compliance, with detailed reporting on operational status and costs. Interested parties should contact Capt Christopher Thier at christopher.thier@us.af.mil for further information regarding this total small business set-aside opportunity.

    Point(s) of Contact
    Capt Christopher Thier
    christopher.thier@us.af.mil
    Files
    Title
    Posted
    This document, part of federal government RFPs, federal grants, and state/local RFPs, discusses the use of Microsoft Information Protection for document encryption. It indicates that the user is seeing the page either due to lack of authorization or an unsupported PDF viewer. To access the document, users need a PDF viewer that supports Azure Rights Management or must obtain permissions from the document owner. The document also provides links to learn more about PDF documents protected by Microsoft Information Protection and to read Microsoft's privacy statement, emphasizing Microsoft's commitment to privacy.
    The Request for Information (RFI) from the Air Force Life Cycle Management Center (AFLCMC/ESAW) seeks potential sources for the Expeditionary Meteorology (ExMet) program. This program aims to provide
    The Statement of Work (SOW) outlines the Contractor Logistics Support (CLS) requirements for sustaining the AN/TMQ-53 Tactical Meteorological Observing Systems globally. The primary objective is to ensure these systems, vital for Air Force Weather Weapon Systems, maintain a 96% operational availability. Key services include 24/7 helpdesk support with a 15-business-day resolution target, timely provision of spares, and comprehensive program management encompassing risk management and quality assurance (ISO 9001 compliant). The contractor is responsible for managing government-furnished equipment, ensuring 98% stock availability, and repairing all TMQ-53 parts. Additional requirements cover system engineering, firmware maintenance, cybersecurity compliance, travel support, and maintaining technical orders. The SOW emphasizes detailed reporting, including monthly cost and status reports, to ensure the high operability and readiness of the AN/TMQ-53 systems.
    Lifecycle
    Title
    Type
    TMQ-53 CLS Support
    Currently viewing
    Sources Sought
    Similar Opportunities
    Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23. This Request for Information (RFI) aims to identify companies capable of producing the AN/FMQ-23 weather systems, which are essential for accurately measuring and reporting various weather parameters in compliance with Department of Defense and Air Force standards. The production of these systems is critical for automated weather observations, supporting military operations and decision-making. Interested parties are encouraged to submit a capabilities package detailing their experience, production capacity, and compliance with ITAR by October 17, 2025. For further inquiries, contact Kathryn Mackessy at kathryn.mackessy@us.af.mil or Capt Christopher Thier at christopher.thier@us.af.mil.
    66--METEOROLOGICAL MEAS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 550 units of meteorological measuring instruments, specifically NSN 6660017272797. This solicitation is part of a total small business set-aside and aims to ensure that qualified small businesses can participate in the bidding process. The instruments are critical for various applications in search, detection, navigation, guidance, and aeronautical systems, underscoring their importance in defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 127 days after the award date.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    V250 AND TMS KIT
    Dept Of Defense
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    Sources Sought Notice for Compact Dual Polarimetric X-Band Doppler Weather Radar System
    Dept Of Defense
    The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking information from qualified sources for a Compact Dual Polarimetric X-Band Doppler Weather Radar System intended for the United States Naval Academy's Department of Ocean and Atmospheric Sciences. The procurement aims to establish a single-award, Firm Fixed Price (FFP) contract for a radar system that operates in the X-Band (9.4 GHz), features selectable scan modes, and has an observation range exceeding 60 km, while also providing essential data outputs and polarimetric variables. This radar system is crucial for advanced meteorological observations and will be integrated with existing systems at the USNA, requiring on-site installation, training, and an extended warranty. Interested parties must submit capability statements and/or estimates via email to Megan Evans by 11:00 AM EST on December 17, 2025, and should include relevant company information and registration details.
    Control Module
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    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.
    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.