Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS)
ID: PANAPG24P0000017458Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

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

    Sources Sought Announcement for Sources to Provide Supplies and Services for AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS)

    The Department of Defense, specifically the Department of the Army, is seeking sources to provide supplies and services for the AN/URC-145A(V)1 Joint Tactical Terminal – Integrated Broadcast Service (JTT-IBS). This procurement is for spares, repairs, and engineering services over a period of five years for the Satellite Communication AN/URC-145A(V)1, also known as JTT-IBS.

    The JTT-IBS is a satellite communication system used by the U.S. Government. It is a receiver-transmitter that amplifies radio frequency and includes mounting trays, chassis, communications security modules, and circuit card assemblies. The purpose of this procurement is to sustain the JTT-IBS by procuring spares for the inventory of the Standard Army Retail Supply System (SARSS). The services include repair/return of repairable items, engineering studies, execution of Engineering Change Proposals, and support for obsolescence parts and host platforms/users.

    Interested contractors should indicate their interest and provide relevant information or documentation to demonstrate their capability to meet the requirements. This includes identifying the contractor as a large or small business, providing production and/or repair data for the identified National Stock Numbers (NSNs), demonstrating availability of production and/or repair facilities and resources, and providing current quality standard certification. Contractors should also provide a capability statement with detailed technical, logistical, and managerial data.

    The location of the production/repair facility should be specified, and the proposed lead time from contract award to production of spares and repair of JTT-IBS items should be indicated. Responses to this announcement must be unclassified and should be submitted via email to the designated Point of Contacts (POCs) by July 30, 2024.

    Please note that this announcement is for planning purposes only and does not constitute a commitment by the government to acquire any products or services. Interested parties will not be entitled to payment for costs incurred in developing a response.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    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.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver-transmitter unit, identified by NSN 7R-5895-016334164, with a quantity of 15 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, necessitating Government Source Approval prior to award. The items involved are critical for military communications and are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Cody P. Cameron at cody.p.cameron@navy.mil. Proposals must be submitted in accordance with the guidelines provided, as offers lacking the necessary data will not be considered.
    PM Tactical Radio Vehicle Installation Kits­ Production II
    Active
    Dept Of Defense
    The Department of Defense is issuing a Request for Information (RFI) to gauge industry capabilities for a potential contract to manufacture radio installation kits. This market research is exploratory and does not guarantee a future Request for Proposal. The focus is on procuring production installation kits for integrating tactical radios into Army vehicles, with an anticipated five-year effort. The contract would involve fabricating kits based on existing Product Level Technical Data Packages (TDPs) provided by the government, with potential inclusion of future TDPs. The scope of work involves: Fabrication of installation kits using TDPs, including Bills of Materials, data sheets, Computer-Aided Drawings, and vendor specs Potential inclusion of future TDPs from various Army platforms Ability to manage risks associated with obsolescence, tight schedules, subcontractors, and long lead times The following quantities are estimated for the production installation kits: FY25: 2,400 FY26: 2,500 FY27-FY29: 2,000 per year To participate, vendors must sign a Non-Disclosure Agreement to access a sample TDP and respond to the RFI. Responses should include: Technical white paper (10 pages) outlining approaches to technical requirements Capabilities white paper or briefing (5 pages) covering: Company profile Experience with similar DoD efforts Certifications in ISO9001 and AS9100D Production and financial capabilities Ability to staff the effort Interested parties should submit their responses within 45 days of the RFI's publication. The government is currently considering a Firm Fixed Price contract for this effort. For clarity, potential applicants should direct questions to the points of contact provided: Nikiya Walden at nikiya.s.walden.civ@army.mil or 520-671-1321, and Sharon Peterson at sharon.a.peterson15.civ@army.mil or 520-671-4110.
    Sources Sought for Procurement ANTENNA POSITIONER, NSN 5985-01-192-2031
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking sources for the procurement of the Antenna Positioner, NSN 5985-01-192-2031, on behalf of the Army Integrated Logistics Supply Center (ILSC). The objective is to acquire parts necessary for the maintenance and sustainment of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G, which is crucial for elevating communication antennas in the field. Interested vendors must demonstrate their capability to supply the specified parts, including submitting a completed Contractor Questionnaire and complying with the requirements for obtaining the Technical Data Package (TDP), which is available for release under ITAR regulations. Responses are due by September 20, 2024, and should be directed to the Technical Point of Contact, Patrick Kiley, at patrick.e.kiley2.civ@army.mil.
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Receiver-Transmitter units, identified by NSN 7RH 5841 016691341 and P/N 300A380-4. The requirement includes a total quantity of 15 units, with a specific emphasis on compliance with various quality and delivery standards, including a desired delivery timeframe of 90 days or less. These units are critical for radar equipment used in airborne applications, underscoring their importance in defense operations. Interested vendors must submit their proposals via email to Dana Scott at dana.l.scott14.civ@us.navy.mil by September 19, 2024, and must adhere to the source approval process outlined in the NAVSUP WSS Source Approval Brochure.
    59--ANTENNA
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking to procure 10 units of NSN 7H-5985-014068555, a specialized antenna governed by strict military specifications. This equipment is critical for ensuring optimal communication and connectivity in military operations. Interested parties should note that the government lacks the necessary data and rights to acquire this equipment from additional sources, and reverse engineering is not a feasible option. As such, this procurement is being conducted to source the required antennas from a single capable provider. All responsible contractors are encouraged to respond with proposals, which will be considered for a potential sole-source contract award. Contact Lamar R. Crummel at lamar.crummel@navy.mil or via phone at (717) 605-6474 for more information. Funding for this opportunity is in place, totaling $140,000. Deadlines to respond are urgent, with capability statements due within 15 days and proposals due in 45 days.
    58--RECEIVER-TRANSMITTE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 8 units of the Receiver-Transmitter, NSN 7R-5841-014339479-KB. This item is classified as flight critical, necessitating Government source approval prior to contract award, as the technical data available does not support full and open competition. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, including evidence of prior production experience or a cover letter for any pending source approval requests. Proposals must be submitted to Jillian A. Eder at NAVSUP WSS, with the understanding that awards will only be made to qualified sources at the time of award. For further inquiries, interested parties can contact Jillian A. Eder at (215) 697-6490 or via email at JILLIAN.EDER@NAVY.MIL.
    L3Harris AN/PRC-117G
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 18th Contracting Squadron, is seeking quotations for the procurement of L3Harris AN/PRC-117G multiband networking radios and associated equipment, as outlined in solicitation FA5270-24-Q-A112. This procurement aims to acquire advanced communication systems that are critical for secure communications and interoperability with U.S. and allied forces, particularly in mission-critical environments. The equipment is essential for maintaining operational readiness and ensuring seamless communication capabilities, incorporating modern technology such as SIPR data transmission and RF amplification. Interested suppliers must submit their quotations by 11:00 AM Japan Standard Time on September 30, 2024, and can direct inquiries to SrA Tristan Cox at tristan.cox@us.af.mil or Justin K. Townsend at justin.townsend.2@us.af.mil.
    58--RECEIVER,RADIO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 20 units of a radio receiver, identified by NSN 7R-5821-016772665-CC. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data and manufacturing knowledge are not readily available to the Government. Interested parties must provide comprehensive documentation to demonstrate their capability and experience, with a submission deadline of 45 days from the notice publication date. For further inquiries, potential bidders can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.YOUNG@NAVY.MIL.
    ILTE Product Support for AH-64 FOTE II
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.