SOURCES SOUGHT FOR FOR F5 VELOS SYSTEMS FOR FOREIGN MILITARY SALES (FMS) UNDER CO-B-VHH
ID: W91CRB-24-R-F5VELOSSYSTEMSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 9:30 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for F5 Velos Systems intended for Foreign Military Sales (FMS) to Colombia. The procurement aims to fulfill the Colombian Joint Command of Military Forces' request for F5 brand computer platforms to ensure technological compatibility and standardization within their Directorate of Information Technologies. Interested parties are required to provide a brief description of their capabilities, including Rough Order of Magnitude pricing and availability for specified equipment, with responses due by 4:30 p.m. Eastern Standard Time on January 31, 2025. For further inquiries, contact Michael F. Siwek at michael.f.siwek.civ@army.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Synopsis, F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603, which is critical for supporting the Armament Aircraft gun systems utilized by the U.S. Government and Foreign Military Sales. The contract will consist of five ordering periods, including a First Article Ordering Period, with specific quantities outlined for each period, and will be awarded as a Firm Fixed Price Requirement Indefinite Delivery Contract. This requirement is classified as a sole source procurement under FAR 6.302-1, indicating that only the Original Equipment Manufacturer can fulfill the unique specifications and quality requirements necessary for these components. Interested parties must express their interest and capability by April 16, 2025, by contacting Todd Stimus at todd.stimus@us.af.mil or Victor Henderson at victor.henderson.2@us.af.mil.
Sources Sought (SS)/Request for Information (RFI) for the Javelin Weapon System (JWS). The SSN/RFI is for the Javelin Weapon System for Fiscal Year (FY) 2027 - 2036
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Redstone, is conducting a Sources Sought Notice/Request for Information (RFI) for the Javelin Weapon System (JWS) to support its manufacturing and life-cycle requirements from Fiscal Year 2027 to 2036. The procurement aims to identify potential sources capable of providing services and supplies, including Javelin missiles, launchers, training devices, and associated engineering support necessary for the continued production and maintenance of the JWS. This medium-range, man-portable anti-tank weapon system is crucial for the operational capabilities of the U.S. Army and Marine Corps. Interested parties must submit their responses by 1500 CST on April 12, 2025, to Vernitra Hilton at vernitra.l.hilton.civ@army.mil, and should include detailed capability statements and relevant organizational information.
RFI SOURCES SOUGHT SYNOPSIS EUCOM FAAD C2 & AMDWS Field Service Representative (FSR), Engineering Support, Technical Support, and Maintenance Services for Eastern European NATO nations
Buyer not available
The Department of Defense, through the Army Contracting Command at Redstone Arsenal, is conducting market research to identify potential sources for a contract related to Command and Control (C2) Engineering and Support, specifically for Air Defense and Counter-Unmanned Aerial Systems (C-UAS) integration into NATO architecture for Eastern European nations. The anticipated contract, set to be awarded in September 2025, will require software engineering, field support, technical assistance, and interoperability testing, funded by Fiscal Year 2024 European Command Building Partner Capacity funds. Interested parties must meet security clearance requirements and demonstrate compliance with specific cybersecurity standards, with responses due by April 25, 2025. For further inquiries, companies can contact Wendy J. Flournoy at wendy.j.flournoy.civ@army.mil or Leigh Kellstrom at leigh.t.kellstrom.civ@army.mil.
Foreign Military Sales (FMS) KG-250X In Line Network Encryptors
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the procurement of thirty (30) ViaSat KG-250X In Line Network Encryptors to support military operations in the Slovak Republic under Foreign Military Sales (FMS) Case LO-B-UDK. This procurement is a 100% Small Business Set-Aside, emphasizing the need for compliant proposals that meet the specific technical and operational requirements outlined in the solicitation. The KG-250X units are critical for secure communications with NATO partners, ensuring operational readiness and compliance with military standards. Interested contractors must submit their quotes by April 11, 2025, and direct any inquiries to Contract Specialist Naomi Hooks at naomi.hooks2.civ@army.mil, with the anticipated award date no later than June 30, 2025.
C5ISR / EW Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) Project Manager Tactical Radios (PM TR) (C5-25-1001)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking white papers for the C5ISR / EW Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) Project Manager Tactical Radios (PM TR) initiative at Aberdeen Proving Ground, Maryland. The procurement aims to develop a suite of modular open systems that will enhance the Army's Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance & Reconnaissance (C5ISR) and Electronic Warfare (EW) capabilities, focusing on reducing Size, Weight, Power, and Cooling (SWaP-C) through the integration of advanced communication components. Interested vendors are invited to respond to four specific Problem Areas related to the development of a multi-waveform digital Software Defined Radio (SDR) card, a Cryptographic Subsystem (CSS) card, Digital Radioheads (DRH), and a VICTORY Audio Adapter (VAX), with responses due by April 4, 2025. For further inquiries, interested parties may contact Kellie N. Lamar-Reevey at kellie.n.lamar-reevey.civ@army.mil.
SERVOVALVE, HYDRAULIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic servo valves, specifically identified by NSN 1650-00-960-5707, with an estimated issue date of April 25, 2025, and a closing date of May 25, 2025. The contract will require a total line item quantity of 63 units, with delivery expected by January 24, 2027, and early delivery is acceptable. These hydraulic components are critical for controlling the hydraulic flow of rudder actuators in aircraft such as the F5 and T38, emphasizing their importance in maintaining operational readiness. Interested vendors should direct inquiries to Genevee Suba at genevee.suba@us.af.mil, and proposals must be submitted within 45 days of the notice, with the government reserving the right to negotiate with a limited number of sources.
Notice of Sources Sought Degraded Visual Environment (DVE) Systems
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for Degraded Visual Environment (DVE) systems. The objective is to gather information on ruggedized aviation DVE multi-spectral systems, software, and sensors that meet Technology Readiness Level (TRL) 9 and Manufacturing Readiness Level (MRL) 9, along with a current AirWorthiness Release (AWR) document. These systems are crucial for enhancing situational awareness for rotary wing aircraft operating in conditions that impair visibility, thereby reducing the risk of accidents and improving operational safety. Interested parties must submit their responses electronically by 1500 CST on April 16, 2025, to the designated contacts, Alyssa Wilbourn and Christopher Leonard, with no reimbursement for proposal preparation costs.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
M777 Digital Fire Control Hardware
Buyer not available
The Department of Defense, through the Army Contracting Command New Jersey (ACC-NJ), is conducting a market survey to identify potential sources for the procurement of M777 Digital Fire Control Hardware. This procurement includes components such as the Mission Computer 11 and Chief of Section Display 11, with a total requirement of up to 800 units for each item listed. The hardware is critical for artillery systems, ensuring precise fire control capabilities for military operations. Interested vendors must submit their capabilities, including management plans and cost estimates, by April 11, 2025, to Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil, as this is a Sources Sought Notice and not a formal solicitation.
V-22 Mission Processor
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources for the V-22 Mission Processor, specifically targeting existing avionics mission computers that can fulfill additional mission processing requirements for the V-22 Joint Program Office. The procurement aims to identify systems that can interface over Ethernet with current mission and display computers, supporting capabilities such as navigation and digital mapping, while adhering to military standards for environmental and power requirements. Interested parties must submit a Letter of Intent by April 9, 2025, and provide a full response by April 30, 2025, with all submissions directed to Erin M. Walker at erin.m.walker12.civ@us.navy.mil and Jeffrey Norris at jeffrey.a.norris.civ@us.navy.mil. This opportunity is part of market research to determine potential Small Business set-aside opportunities and does not constitute a formal request for proposals.