76043 - F-15 EX PACS EULA_Request for Information
ID: 76043Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA
Timeline
    Description

    Sources Sought DEPT OF DEFENSE is seeking potential sources to provide a ten-year End User License Agreement (EULA) for the F-15 EX PACS Executive Library and Boot. This procurement is for the Government to perform a full PACS Problem Report (PR) analysis and capability/interface updates on the 170/180 Boot and Executable layer source code for the F-15 Program Office. The service/item being procured is used to support the F-15 Program Office in conducting analysis and updates on the F-15 EX PACS Executive Library and Boot source code. The place of performance is Warner Robins, Georgia, United States.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Active
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.
    2915 – CARTRIDGE ASSEMBLY/AIRCRAFT, EAGLE F-15
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of nine units of the Cartridge Assembly for the Eagle F-15 aircraft. This procurement, identified by NSN 2915-012355188 and part number 16VP004-400, is classified as a firm fixed-price contract and will be conducted as an other than full and open competitive buy, emphasizing the specialized nature of the required components. The successful contractor will be responsible for delivering the production units within 814 days, with the delivery point located in Richmond, Virginia, and inspection and acceptance occurring at the origin. Interested parties can access the solicitation on or around September 26, 2024, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Michael Lamothe at michael.lamothe@dla.mil or Holly Simmons at holly.simmons@dla.mil.
    CANOPY TRANSPARENCY / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the procurement of Canopy Transparency for the F-15 Eagle Aircraft. The contract will cover an estimated annual quantity of 60 units, with a delivery timeline of 230 days post-order, and will be issued as an unrestricted procurement, allowing for competition among qualified contractors. This component is critical for the operational readiness of the F-15 aircraft, and interested vendors must be certified by the Department of Defense to access the necessary unclassified data. The solicitation is expected to be released on or about September 27, 2024, and inquiries can be directed to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    F118 Digital Electronic Control (DEC) Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair of the F118 Digital Electronic Control (DEC) under a Sources Sought notice. The procurement aims to identify potential vendors capable of providing repair, overhaul, and remanufacture services for the DEC, ensuring that these components are returned to a "like new" condition, which is critical for military operations. This opportunity emphasizes the importance of maintaining high safety and quality standards, as outlined in the associated Repair Qualification Requirements and Performance Work Statement documents. Interested businesses, including small and disadvantaged firms, are encouraged to submit a Source Approval Request (SAR) by September 16, 2024, to express their interest and demonstrate their capabilities. For further inquiries, interested parties may contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil.
    Computer System 7010-01-545-7986
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting a sole source acquisition for the Computer System 7010-01-545-7986 from BAE, CAGE 94117. This procurement is categorized under the NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment, and falls under the PSC code 5895 for miscellaneous communication equipment. The successful contractor will be responsible for meeting stringent quality and compliance standards essential for defense sector requirements. Interested vendors should direct inquiries to April Walls at april.walls@us.af.mil or call 478-926-5000, with submission deadlines set for September 16, 2024.
    F-15 Initiators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 Initiators, which are critical components used in aircraft ejection systems. The procurement focuses on ensuring compliance with stringent specifications related to explosive manufacturing, including quality assurance standards and detailed documentation requirements for hazardous materials. These initiators play a vital role in the safety and operational readiness of F-15 aircraft, underscoring their importance in military operations. Interested contractors should direct inquiries to Roger Mott at roger.mott@us.af.mil or call 801-558-3802, with proposals evaluated based on the lowest price that meets technical specifications.
    OE-120B/UPX Software Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source contract to BAE Systems Information & Electronic Systems Integration, Inc. for the development and implementation of replacement software for the OE-120B/UPX system. The objective of this procurement is to port the updated software from Fedora 21 OS to a supported operating system that complies with Department of Defense cyber requirements. The OE-120B/UPX is critical for radar equipment used in airborne applications, and BAE Systems is the sole designer and manufacturer, justifying the sole source acquisition under 10 U.S.C. 2304(c)(1). Interested subcontractors may reach out to Dylan Gibaldi at BAE Systems for potential opportunities, and inquiries can be directed to primary contact Patricia Reed or secondary contact John Britt at their respective emails.
    ALR-56M
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to issue a contract for the repair of Power Supplies on the ALR-56M system, with the procurement being limited to Keltec - Crane Aerospace & Electronics due to their unique capabilities. The contract will cover the repair of three specific power supply models over a five-year period, which includes a basic contract and four additional ordering periods, highlighting the importance of maintaining operational readiness for critical defense systems. Interested parties can reach out to Kenneth Dickman at kenneth.dickman@us.af.mil or Kathleen Fowler at kathleen.fowler.1@us.af.mil for further details, as the solicitation is expected to follow a presolicitation notice format.