Targeting System Maintenance and Repair
ID: H9224024I0010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

ARMAMENT TRAINING DEVICES (6920)
Timeline
    Description

    The U.S. Special Operations Command, through the Naval Special Warfare Command, is seeking qualified contractors for the maintenance and repair of electronic targeting systems used in training exercises. The objective is to establish a Firm-Fixed Price Blanket Purchase Agreement (BPA) to sustain approximately 1500 electronic targets and related systems across multiple training locations, ensuring operational readiness and safety. This initiative is crucial for maintaining the effectiveness of training exercises, as it involves providing hardware, repair parts, technical support, and training to personnel while adhering to strict safety protocols. Interested contractors must submit a capabilities package by October 11, 2024, to Meredith Howes at meredith.howes.2@socom.mil, with submissions treated as part of market research and not as a commitment for procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Command (NSW) seeks to establish a Firm-Fixed Price Blanket Purchase Agreement (BPA) for maintenance and support services of electronic Target Systems used in training exercises. The objective is to sustain approximately 1500 electronic targets and related systems across multiple training locations, ensuring safety and system longevity. Contractors will provide hardware, repair parts, technical support, and training to NSW personnel while coordinating visits with Range Complex Managers. Delivery timelines and locations will be specified in Call Orders, with travel costs subject to the approval of the Contracting Officer. Strict adherence to safety and security protocols, particularly concerning COVID-19 prevention measures, is required. The BPA allows for contract orders up to five years, ensuring continuous support and maintenance of crucial training systems. The overall purpose is to uphold the operational readiness and training effectiveness of NSW through timely and comprehensive maintenance services.
    The document outlines a comprehensive list of parts and accessories related to various military target systems, including Portable Infantry Target Systems (PITS) and associated components such as batteries, chargers, simulators, and control processors. It specifies both old and new part numbers, providing detailed descriptions of functionalities and specifications for equipment such as the Infantry Silhouette Targets, Battery Charging Systems, and the Battle Effects Simulator. Additional sections detail accessories for stationary infantry target systems and armor moving target carriers, emphasizing various configurations and quantities based on specific orders. The document's intent is to facilitate procurement bids for related equipment, aligning with federal and state RFP requirements while ensuring compatibility and performance standards for military training applications. The self-contained nature of the file makes it essential for contractors to effectively respond to government solicitations while maintaining compliance with military specifications.
    The Naval Special Warfare Command issued a Sources Sought/Request for Information (RFI) to identify interested contractors capable of providing repair, maintenance, and upgrade services for electronic targeting systems. The focus is on the approximately 1500 components utilised in live fire exercises for training. It emphasizes that this document is not a Request for Proposal (RFP) and does not commit the government to any procurement action. Interested contractors are requested to submit a capability statement that details their organizational capacity, prior experience, technical skills, and any concerns related to the project. The anticipated contract may be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) or Blanket Purchase Agreement with an estimated five-year performance period. Submissions must comply with specific formatting guidelines and are due by October 11, 2024. This initiative reflects the government's need to ensure operational readiness through effective maintenance of critical target systems utilized in training.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    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.
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.
    MK-18 COMMAND & CONTROL (C2) COURSE OF INSTRUCTION
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the MK-18 Command & Control (C2) Course of Instruction, aimed at enhancing the operational capabilities of U.S. Navy Explosive Ordnance Disposal (EOD) forces. The contract, set aside for small businesses, requires the contractor to deliver a comprehensive five-day training program for EOD leadership on the effective use of the MK-18 Unmanned Underwater Vehicle (UUV) system, with courses scheduled for EODGRU ONE and EODGRU TWO. This training is critical for ensuring that EOD personnel can meet current operational requirements and effectively employ advanced underwater technologies. Interested contractors must submit their proposals by September 20, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Processor, Target LO, under solicitation notice N00383. The procurement involves comprehensive repair, testing, and inspection services to return the specified items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This equipment is critical for operational readiness in military applications, emphasizing the importance of maintaining high-quality standards in the repair process. Interested contractors must provide a complete proposal, including compliance with the Government Source Approval requirements, and can contact Eric Tarkett at 215-697-4313 or via email at ERIC.TARKETT@NAVY.MIL for further details. The monetary limitation for this contract is set at $14,137.15.
    MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOD,HPOI RDU B1 system. This procurement aims to ensure the operational readiness of critical electronic countermeasures and related systems, which are vital for national defense and military operations. The solicitation has been extended to October 11, 2024, and emphasizes the need for a Repair Turnaround Time (RTAT) that meets or exceeds government requirements, with all freight handled by the Navy. Interested contractors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL for further details and to submit their proposals.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    Family of Loudspeakers, Dismounted - Request for Information
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking industry input through a Request for Information (RFI) for a Family of Loudspeakers (FOL) - Dismounted platform. The objective is to identify man-portable loudspeaker systems capable of broadcasting live and pre-recorded messages, facilitating crowd control, and integrating with a wirelessly connected End User Device (EUD) for operational efficiency. These systems are crucial for effective communication and crowd management in various operational environments. Interested parties must submit their capability statements by October 8, 2024, and adhere to specific data protection guidelines for proprietary information. For inquiries, contact Elizabeth M. Lopez Mercado at elizabeth.m.lopezmercado.mil@socom.mil or Stephanie Mathewson at Stephanie.a.mathewson.civ@socom.mil.
    HPOI TUNER SPLI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the HPOI TUNER SPLI. This procurement involves the repair turnaround time (RTAT) for specific electronic countermeasure equipment, with a focus on ensuring compliance with operational and functional requirements as outlined in the contract specifications. The successful contractor will be responsible for all inspection and quality assurance measures, with the expectation of a firm-fixed-price contract that may include options for increased quantities. Interested parties should direct inquiries to Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL, with proposals due by the specified deadline.