B-2 RAZR Programming and Maintenance
ID: FA822724Q5006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
    Description

    The Department of Defense, specifically the Air Force Materiel Command, is seeking qualified contractors for the B-2 RAZR Programming and Maintenance project, aimed at adapting the Resonant Adaptable Zonal Radar (RAZR) system for radar cross-section (RCS) measurement of B-2 aircraft components at Hill Air Force Base. The primary objectives include evaluating existing equipment, integrating it with the RAZR system, and developing functional operational setups for data collection, with initial operations planned in Building 1424 and a relocation to the Composite Aircraft Antenna Calibration Facility (CAACF) expected by September 2025. This contract is crucial for enhancing RCS testing capabilities while ensuring compliance with safety and environmental regulations, as well as providing necessary training for government personnel. Interested parties should direct inquiries to Lt. Quinn Walsh at quinn.walsh.2@us.af.mil by September 16, 2024, and refer to the updated Draft Statement of Work for further details.

    Files
    Title
    Posted
    The RAZR Support Contract aims to procure vendor services for the adaptation and integration of a RAZR system at Hill Air Force Base (AFB) to support radar cross-section (RCS) testing for B2 composite flight control surfaces. The vendor will assess the current pylon and rotator equipment, making necessary modifications to ensure compatibility with the RAZR system. If the existing rotator is unsuitable, a replacement will be proposed and installed. The contractor is also responsible for providing operational setups (FUNOPS) and conducting data collection validations. As part of the contract, the vendor may assist in relocating the RAZR system to a new Composite Aircraft Antenna Calibration Facility (CAACF) by consulting on deployment arrangements and verifying performance post-relocation. The contract includes familiarization efforts for Hill AFB personnel in operating the system, conducting health checks, and developing FUNOPS for both existing and future B2 assets. Security measures require the vendor to obtain classified access for the B2 program, ensuring compliance with regulations throughout the contract period. Additionally, the document outlines a series of data item deliverables to maintain accountability and accuracy in the reporting process. Overall, this contract is critical to enabling B2 RCS testing and enhancing operational capabilities within the U.S. Air Force.
    The RAZR Support Contract for the U.S. Air Force involves contractor services to adapt the Resonant Adaptable Zonal Radar (RAZR) system for radar cross-section (RCS) measurement of B2 aircraft components at Hill Air Force Base (AFB). The contract's primary objectives include evaluating existing pylon and rotator equipment, integrating them with the new RAZR system, and developing functional operational setups (FUNOPS) for data collection. The RAZR will initially operate in Building 1424 and later be relocated to the Composite Aircraft Antenna Calibration Facility (CAACF), expected to be completed by September 2025. Key components of the contract include familiarizing Hill AFB personnel with RAZR functionalities, adhering to security and environmental requirements, and implementing a robust safety program. The contractor is also responsible for ensuring compliance with applicable regulations, quality control, and maintaining security protocols within a potentially hazardous work environment. Overall, this contract focuses on enhancing RCS testing capabilities while ensuring safety, compliance, and effective training for government personnel.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
    B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    AN/ALR-69A Radar Warning Receiver (RWR) C/J Band Antennas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the production of the AN/ALR-69A Radar Warning Receiver (RWR) C/J Band Antennas, with a focus on manufacturers capable of meeting the qualification requirements for this item. The antennas are critical for providing crew notification of threat radar signals in hostile environments, and historically, only Meggitt-USA (Baltimore) Inc. has produced these antennas, as the government does not possess the necessary technical data rights for competitive procurement. Interested parties must submit their responses to the Request for Information (RFI) by September 24, 2024, including detailed information on their capabilities and experience, with all submissions becoming government property. For further inquiries, contact Teresa Duval at teresa.duval@us.af.mil or Kylie Ordoyne at kylie.ordoyne@us.af.mil.
    Remote Control Unit (RCU) Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the production of Remote Control Units (RCUs) under solicitation number FA8307-24-R-B040. The initiative aims to redesign and produce 888 new Z-ANP RCUs to replace outdated models, with a focus on comprehensive production tasks including documentation, training, maintenance, and logistics, all to be completed within a 36-month timeframe. This procurement is critical for enhancing operational capabilities within the Air Force and Navy, as well as supporting Foreign Military Sales. Proposals are due by 12:00 PM (CST) on October 14, 2024, and interested parties should contact Roberta Wilson at roberta.wilson.1@us.af.mil or Ethan Hardin at ethan.hardin@us.af.mil for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    DRAFT REQUEST FOR PROPOSAL 2 - Remotely Piloted Aircraft (RPA) Maintenance (Mx)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command, is issuing a Draft Request for Proposal (DRFP) for maintenance support services related to Remotely Piloted Aircraft (RPA), with a focus on the MQ-9 Reaper. The procurement aims to secure organizational-level maintenance support, ensuring the sustainment of combat and training capabilities at both CONUS and OCONUS locations, with a projected five-year ordering period commencing on April 1, 2025. This initiative is critical for maintaining operational readiness and effectiveness of RPA missions, reflecting the government's commitment to enhancing aerial defense capabilities. Interested parties are encouraged to submit questions and clarifications via email to the designated contacts, Mr. Chris Hebert and Ms. Emma Elmore, with the understanding that this DRFP is for review purposes only and does not constitute a formal solicitation.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 fighter jet, with the contract being set aside for small businesses. The objective is to manufacture these components in accordance with the provided drawings and Statement of Work, ensuring they meet stringent quality standards and delivery timelines, including a prototype due within 150 days of contract award. These parts are crucial for the maintenance and repair of F-22 aircraft, highlighting the importance of reliable and innovative storage solutions in military operations. Interested parties should submit their proposals following the guidelines outlined in the solicitation documents, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil, with the proposal submission deadline specified in the solicitation.
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.