CEESIM, RFGEN, NEWEG Maintenance Support
ID: SS-AFRL-PZLEB-2025-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson Air Force Base, is seeking maintenance support for the Combat Electromagnetic Environment Simulator (CEESIM) systems and the Radio Frequency Generator (RFGEN) as part of a Sources Sought notice. The procurement aims to ensure timely preventive and corrective maintenance, system upgrades, and training for these critical systems, which are essential for simulating electronic warfare environments to evaluate Department of Defense equipment. Interested small businesses are encouraged to submit their capabilities and interest by January 17, 2025, at 4:00 PM Eastern Time, with responses directed to Joe McCartan at joseph.mccartan@us.af.mil. For further inquiries, primary contact Jay Dee Solether can be reached at jay.solether@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the maintenance support of the Combat Electromagnetic Environment Simulators (CEESIM) and the Radio Frequency Generator (RFGEN) at Wright-Patterson Air Force Base. The contract, intended for the Air Force Research Laboratory, includes scheduled preventive and corrective maintenance, system and software upgrades, and training for the systems involved. The CEESIM and RFGEN are crucial for simulating electronic warfare environments to evaluate Department of Defense (DoD) equipment. The contractor must ensure timely maintenance services and maintain compliance with specific guidelines and security measures due to the sensitive nature of the operations. Key tasks include equipment receiving, preventive maintenance, corrective maintenance, spares management, calibration support, training, and system testing, all under strict quality assurance protocols. Furthermore, personnel must possess appropriate security clearances to handle classified information. This RFP serves to ensure the operational readiness and efficacy of electromagnetic environment simulation for critical defense operations. Carrying out these tasks contributes to advancing electronic warfare capabilities while adhering to strict government guidelines and security practices.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Sought for Tektronix Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is conducting market research to identify potential sources for Evaluation, Repair, and Calibration Services for Tektronix and Agilent products. The objective is to assess industry capabilities to provide these services, which are critical for maintaining the operational integrity of defense equipment. This Sources Sought announcement is purely for information gathering and does not constitute a commitment to award a contract; however, interested businesses are encouraged to submit capability statements by February 7, 2025, to Heather Wiley at heather.r.wiley2.civ@us.navy.mil. The anticipated publication date for the formal Request for Quote (RFQ) is January 30, 2025, and responses must be submitted electronically in compliance with the outlined requirements.
    ADVANCED FRAMEWORK FOR SIMULATION, INTEGRATION, AND MODELING FOR THE GREATER ENTERPRISE (AFSIM FORGE)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking proposals for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE) initiative. This procurement aims to enhance the AFSIM, a military simulation framework that supports the U.S. Department of Defense's acquisition, operations analysis, and research communities by providing tools for scenario creation and analytical assessments. The AFSIM framework is critical for evaluating emerging weapon systems and refining operational tactics, benefiting a wide range of military and governmental stakeholders. Interested contractors must submit an "Intent to Propose" by February 21, 2025, with final proposals due by March 10, 2025. For further inquiries, contact Megan Rosebeck or Logan Hartley via their respective emails.
    Modeling, Simulation, & Integration
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Air Force Life Cycle Management Center (AFLCMC), is seeking information from qualified contractors to support Modeling, Simulation, and Integration (MS&I) work in a multi-level security environment. The objective is to identify facilities capable of conducting high-fidelity virtual real-time simulations that support Integrated Air and Missile Defense (IAMD) objectives, ensuring the ability to manage both manned and unmanned systems across various scenarios. This RFI aims to enhance the Air Force's operational capabilities and streamline future engagements in the MS&I domain, with responses due by February 7, 2025. Interested parties should contact Michael Clark at michael.clark.76@us.af.mil or Trevor Sullivan at trevor.sullivan.3@us.af.mil for further information.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – DELIVERY ON SOLE SOURCE BASIS THE FOLLOWING – ESTABLISHMENT OF A BASIC ORDERING AGREEMENT WITH MNEMONICS, INC., FOR SUPPLIES/SERVICES TO SUPPORT THE STANDUP AND SUSTAINMENT OF A REPAIR DEPOT FACILITY AT N
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Crane Division (NSWC CRANE), is issuing a Request for Information (RFI) for the establishment of a Basic Ordering Agreement with Mnemonics, Inc. This procurement aims to support the standup and sustainment of a repair depot facility for the Radio Frequency Blanking Unit (RFBU) and the Electronic Attack Unit (EAU), both of which are critical electronic warfare systems used on the US Navy EA-18G Growler aircraft. The RFI is part of market research for a sole source procurement, emphasizing the need for specific supplies and services that only Mnemonics, Inc. can provide, to avoid duplication of costs and delays. Interested parties must submit their responses by February 12, 2025, at 4:00 PM Eastern, and inquiries should be directed to Ms. Theresa Jones at theresa.a.jones2.civ@us.navy.mil.
    F-15E/EX Radar Modernization Program (RMP) Non-Radar Depot Activation – Molecular Sieve Oxygen Generating System (MSOGS)
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable contractors for the F-15E/EX Radar Modernization Program (RMP) focused on the activation and sustainment of the Molecular Sieve Oxygen Generating System (MSOGS). The selected contractor will be responsible for providing maintenance and repair technical orders, spare parts, engineering support, and comprehensive training materials for USAF technicians, ensuring compliance with safety and operational standards. This initiative is crucial for enhancing the depot capabilities of the F-15E/EX systems, thereby maintaining operational readiness for the United States Air Force. Interested firms must submit their capabilities packages by 4 PM EST on February 25, 2025, to Valerie Neff at valerie.neff@us.af.mil, and should be registered in the System for Award Management (SAM) database to be eligible for contract consideration.
    12--SIMULATOR,NOISE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of a noise simulator under the NAVSUP Weapon Systems Support Mechanicburg office. The procurement requires a firm-fixed price for the repair of the simulator, with a Repair Turnaround Time (RTAT) of 228 days after receipt of the asset, emphasizing the importance of timely and quality repairs for operational readiness. Interested contractors must adhere to specific requirements, including compliance with MIL-STD packaging and IUID requirements, and must submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL by the extended deadline of February 18, 2025. For further inquiries, potential bidders can contact Amber Wale at 717-605-2541.
    Spirent Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract to Spirent Federal Systems for the maintenance and support of the GPS Satellite Simulator (GSS9000 Series). The procurement involves a 12-month contract that includes technical support for the simulator's AES M code and SimMNSA functionalities, ensuring compliance with GPS interface specifications such as IS-GPS-200J and ICD-GPS-723D. This maintenance is crucial for sustaining operational capabilities in military GPS applications. Interested vendors must respond by February 13, 2025, at 10 AM (EST), and direct inquiries to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil.
    Vertical Electromagnetic Pulse Simulator Sole Source Notice Synopsis
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Patuxent River, Maryland, intends to negotiate a sole source contract with Applied Physical Electronics, LC (APELC) for the modernization of the Vertical Electromagnetic Pulse Simulator (VEMPS). The current VEMPS system, developed between November 2014 and September 2016, requires upgrades to meet new testing standards, and APELC is uniquely qualified to perform this work due to their original design and proprietary knowledge of the system's components. Interested parties may submit a capabilities statement to express their interest, but the government will only negotiate with APELC under the authority of FAR 6.302-1, and no competitive proposals will be accepted. For further inquiries, contact Bennett Wilson at bennett.g.wilson2.civ@us.navy.mil or call 240-717-9231.
    SIM-Teq Training Equipment
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking quotations for specific training equipment from SIM-teq Engineering, as outlined in the combined synopsis/solicitation SPMYM325Q5020. The procurement includes brand name mandatory items such as SIM-teq Dongles, Training Dosimeters, and various simulated probes, which are essential for compatibility with existing training materials and networks. This initiative emphasizes a total Small Business Set-Aside, with the evaluation based on the Lowest Price Technically Acceptable (LPTA) criterion, ensuring that only compliant small businesses can participate. Interested offerors must submit their quotations by February 12, 2025, including required provisions and contact details, to Robert Dowdle at robert.dowdle@dla.mil or the DLA-KME email box at DLA-KME-QUOTATIONS@DLA.MIL.
    Request for Information (RFI) for the INTEROPERABLE DATA LINKS SYSTEMS AND RGS (Support and Sustainment)
    Buyer not available
    The Department of the Air Force is seeking industry input through a Request for Information (RFI) for Operations and Maintenance (O&M) support related to the Interoperable Data Links Systems and Ground Stations (RGS), which are critical for the USAF's Intelligence, Surveillance, and Reconnaissance (ISR) missions. The RFI aims to gather innovative solutions that can achieve a 99% system availability rate and provide 24-hour site support for multiple mission scenarios, emphasizing the importance of logistics sustainment and contractor site support personnel. Interested parties, particularly small and disadvantaged businesses, are encouraged to submit a 3-page Executive Summary along with responses to ten specific questions regarding their capabilities and experience, with submissions due 15 days following the RFI's release. For further inquiries, interested contractors can contact Jared Duhaime at jared.duhaime.1@us.af.mil or Scott Maitland at scott.maitland@us.af.mil.