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
    Joint Tactical Terminal – Transceiver (JTT-X)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure a replacement for the Joint Tactical Terminal – Receiver (JTT-R), specifically the Joint Tactical Terminal – Transceiver (JTT-X), to be installed on F/A-18E, F/A-18F, and EA-18G aircraft platforms. The JTT-X is designed to provide resilient communications for delivering critical battlefield intelligence and targeting information in near real-time, utilizing advanced satellite communication capabilities and adhering to Modular Open Systems Approach (MOSA) and Sensor Open Systems Architecture (SOSA) standards. Interested businesses must demonstrate their technical capabilities and experience in manufacturing relevant components, with submissions due by October 1, 2024, and a technical clarification meeting scheduled for September 23-24, 2024. For further inquiries, interested parties can contact Ryan Lysaght or Jessica Myers via their provided emails.
    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.
    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.
    Sources Sought for NETMOD systems
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking sources for parts to support the AN/TRC-190 systems, specifically targeting the procurement of cable assemblies. The agency requires suppliers capable of providing two specific items: a power cable assembly and a special cable assembly, both of which are critical for the functionality of the NETMOD systems. This procurement is essential for maintaining operational readiness and ensuring the reliability of communication equipment used by the Army Integrated Logistics Supply Center. Interested vendors must submit their capability statements, including company information and past performance details, by September 20, 2024, to the designated contacts, James Hetzel and Nick Henry, via the provided email addresses.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of antennas, identified by NSN 7R-5985-012061590-JT. The procurement involves a quantity of 15 units, with delivery terms set to FOB Origin, and is critical for flight operations, necessitating Government source approval prior to contract award. Due to the specialized nature of the item and the lack of adequate technical data for competitive solicitation, only previously approved sources will be considered, and interested parties must submit detailed information as outlined in the NAVSUP Source Approval Information Brochures. Proposals must be submitted within 45 days of this notice, and inquiries can be directed to Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL.
    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.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    5998 - Sources Sought Various SPQ-9B NSNs Spare and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is seeking qualified contractors for a Pre-Priced Single Award Requirements Delivery Order Contract (SARDOC) focused on the manufacture and repair of spare parts for the SPQ-9B Radar Set. This procurement involves twenty repair National Item Identification Numbers (NIINs) and nineteen new manufacture or spare NIINs, emphasizing the need for compliance with performance and quality standards as outlined in the associated Request for Proposal (RFP). The contract will span three years with two optional periods, and it is crucial for contractors to adhere to regulatory requirements, including the Buy American Act and security protocols for accessing DoD facilities. Interested parties should direct inquiries to Royce Hoffman at 717-605-4048 or via email at royce.hoffman@navy.mil, with the solicitation expected to be released on or after the closing date of the presolicitation notice.