Meteorological Data Station (MDS) AN/UMQ-13 MARK IV-B Sustainment
ID: FA8820-24-R-B004_Pre-SolicitationType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8820 SUSTAINMENT SDACP SSC/PKLPETERSON SFB, CO, 80914, USA

NAICS

All Other Telecommunications (517810)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is preparing to release a sole-source Request for Proposal (RFP) for the sustainment of the MARK IV-B Meteorological Data Station (MDS), with Lockheed Martin as the intended contractor. This contract will provide essential sustainment services for the MARK IV-B system, which processes meteorological data from both domestic and international satellites, supporting military operations, academic research, and the scientific community. The anticipated award date for this contract is January 31, 2025, and it will include various contract types such as firm fixed price, cost plus fixed fee, and cost reimbursable arrangements. Interested parties can direct inquiries to Elizabeth McKinney or Victoria Lloyd via their respective emails, as this opportunity is not open for competitive bidding.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Space Force’s Space Systems Command has issued a pre-solicitation notice regarding the sustainment of the MARK IV-B Meteorological Data Station (MDS). This notice, designated as solicitation number FA8820-24-R-B004, serves to inform stakeholders that the Government intends to release a sole-source Request for Proposal (RFP) to Lockheed Martin on or about November 4, 2024. The contract, anticipated for award by January 31, 2025, will encompass various contract types, including firm fixed price, cost plus fixed fee, and cost reimbursable arrangements. The MARK IV-B system processes meteorological data from both domestic and international satellites, serving military, academic, and scientific communities. The contracting office is located at Peterson AFB, CO, and contract performance can occur at the contractor’s facility with potential travel to various operational sites globally. Additionally, the announcement explains that interested vendors will not be allowed to engage in a bidding process, reflecting government's determination that only Lockheed Martin meets the necessary requirements to fulfill these services without causing delays or excessive costs. An Ombudsman has been appointed to address inquiries, maintaining confidentiality while ensuring concerns are addressed through the appropriate channels.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Missile Warning, Missile Defense, and Space Domain Awareness IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in missile warning and defense, as well as space domain awareness, which are critical for national security and defense operations. The formal solicitation is expected to be released by October 12, 2024, with a pre-proposal conference scheduled for October 22, followed by a classified document review on October 23-24, 2024, requiring security clearance verification. Interested vendors should ensure they maintain an active Joint Certification Program (JCP) status and complete the necessary documentation to access sensitive information, and they can direct inquiries to Steven Dyer at steven.dyer.5@spaceforce.mil or Alexandra McDonald at alexandra.mcdonald.4@us.af.mil.
    Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Missile Warning, Missile Defense, and Space Domain Awareness Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure services related to missile warning and defense systems, as well as space domain awareness capabilities, which are critical for national security and defense operations. The updated presolicitation notice, effective October 10, 2024, indicates that the contract will fall under the NAICS code 517810, focusing on all other telecommunications, and the PSC code M1BG, which pertains to the operation of electronic and communications facilities. Interested parties can reach out to Steven Dyer at steven.dyer.5@spaceforce.mil or call 719-551-6347 for further information.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of spare parts for the Patriot (M-D6) Weapon System, specifically from Lockheed Martin Corporation. This sole-source requirement involves adding six parts to the existing Captains of Industry contract for Fiscal Years 2025-2027, with a focus on ensuring compliance with military standards for preservation and packaging. The procurement process emphasizes the importance of accurate cost and pricing data, with proposals due by 31 October 2024, and requires detailed documentation to substantiate pricing and compliance with federal regulations. Interested parties should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, specifically targeting RTX Corporation as the sole source provider. This contract, anticipated to span twenty years with a maximum value of $50 billion, will cover Depot Level Repairable (DLR) consumable items, including hardware, software, and various logistics and maintenance services essential for the support of RTX systems. The contract is expected to be awarded no later than March 25, 2025, with pricing established through individual subsumable contracts, and interested parties can direct inquiries to Johnna Bursk or Marley Joyner via their provided emails.
    CLR063 LRDR Campus HMHS SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to provide maintenance, surveillance, and sustainment services for the Long Range Discrimination Radar (LRDR) Campus at Clear Space Force Station in Alaska. The contract will encompass a range of services including HEMP Enclosure Maintenance, RF/EMI deficiency investigations, corrosion treatment, and the design and construction of Special Protected Volumes, all of which are critical for the operational integrity of military and aerospace equipment. The total contract value is estimated at $20 million, with an anticipated start date of January 1, 2025, and a five-year ordering period. Interested parties must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available around November 13, 2024. For further inquiries, contact Jason Linn at jason.linn@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    WIPL-D Maintenance Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division (NAWCAD), is seeking quotes for the maintenance renewal of WIPL-D Pro software licenses, essential for modeling and simulation of antennas and RF systems on naval platforms. The procurement includes various software licenses, including WIPL-D Pro DDS Solvers and a Linux Cluster license, with a focus on maintaining accurate computational electromagnetics modeling capabilities to meet operational demands. The contract period is set for one year, commencing on August 31, 2024, with quotes due by October 28, 2024, at 7:00 am Eastern Standard Time. Interested vendors must submit their proposals to the designated contacts, Michael Coffey and Roberta Nethercutt, via email, ensuring compliance with all specified requirements and certifications.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, to be awarded to Lockheed Martin Corporation. The procurement aims to establish software sustainment capabilities for the F-35 Joint Strike Fighter, requiring a comprehensive gap analysis and various deliverables over a structured timeline that includes a 35-day phase-in, a 263-day execution, and a 79-day phase-out period. This service is critical for ensuring the operational integrity and maintenance of advanced military aircraft systems. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to implement and sustain the Maintenance Business System Modernization (MABSM) for the Aircraft Maintenance Groups at the Oklahoma City Air Logistics Center (OC-ALC) and Warner Robins Air Logistics Center (WR-ALC). This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a period of 2 years and 6 months, focusing on the implementation of customized Impresa software, project management, user training, and ongoing support to ensure system accuracy and compliance with quality control measures. The selected contractor will play a critical role in enhancing maintenance practices within the Air Force, with the anticipated solicitation number being FA822425R0002 and a projected start date in November 2024. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or Jacob Molnar at jacob.molnar@us.af.mil for further inquiries.