Sources Sought. Klystron Tubes. guided Missiles
ID: W31P4Q-25-R-0019Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

GUIDED MISSILE WARHEADS AND EXPLOSIVE COMPONENTS (1336)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command, is seeking qualified companies to develop and manufacture Klystrons for the Homing All Way Killer (HAWK) Missile System. The procurement focuses on three specific missile system components, and interested vendors must demonstrate extensive knowledge of the HAWK system, possess appropriate facilities for handling Klystrons, and exhibit financial stability for a fixed-price contract without upfront funding. This initiative is crucial for maintaining the operational capabilities of the HAWK Missile System, which plays a significant role in guided missile technology. Interested parties should submit technical documentation that adheres to military packaging standards and quality assurance programs, and they are encouraged to monitor the System Award Management (SAM.GOV) website for further details. For inquiries, vendors can contact Exavier Massey at 256-604-2760 or via email at Exavier.l.massey.civ@army.mil, or B. Dean Angell at 713-828-7772 or burrel.d.angell.civ@army.mil.

Files
Title
Posted
Jan 21, 2025, 5:06 PM UTC
The document is a Request for Information (RFI) issued by the Army Contracting Command, aiming to identify qualified sources for the development and production of Klystrons for the HAWK Missile System. Specifically, it references three missile system components and requires vendors to demonstrate extensive knowledge of the HAWK system, appropriate facilities for handling Klystrons, and financial stability for a fixed-price contract without upfront funding. Interested vendors must submit technical documentation showcasing their ability to adhere to quality assurance and hazardous material programs while complying with military packaging standards. Additionally, vendors are required to provide components from a single supplier, and participation in this RFI does not preclude future RFP opportunities. Responses are informational only, assisting the Army in refining its acquisition strategy. Interested companies are encouraged to monitor the System Award Management (SAM.GOV) website for further details. Contact points for inquiries are provided within the document.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
1285--MODULE,AMPLIFIER,HI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of high-quality amplifier modules under the solicitation titled "1285--MODULE,AMPLIFIER,HI." This procurement aims to fulfill the needs for fire control radar equipment, which is critical for various defense applications. Interested vendors are encouraged to reach out to Charles T. Miller at 717-605-2464 or via email at charles.t.miller3@navy.mil for further details. The solicitation includes specific clauses regarding contract management, including provisions for stop-work orders and government delays, and emphasizes the importance of compliance with the System for Award Management (SAM) registration requirements.
AMRAAM Obsolescence
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Firm-Fixed Price contract for obsolescence support related to the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for providing various services, including obsolescence infrastructure support, material procurement, non-recurring engineering efforts, and test equipment modernization. This contract is crucial for maintaining the operational readiness and technological advancement of AMRAAM missiles. The anticipated contract will be a sole source award to Raytheon Company, with a solicitation expected to be released on May 1, 2025, and responses due within 90 days of issuance. Interested parties can reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426 for further information.
M299 Longbow Hellfire - Sole Source to Lockheed Martin
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
1420-01-298-7582 5W83 VLA THRUST VECTOR CONTROL (TVC); 1377-01-299-7838 VH07 VLA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of Thrust Vector Control (TVC) systems and rocket motors, identified by part numbers 1420-01-298-7582 and 1377-01-299-7838. This procurement is restricted to Lockheed Martin, and it involves items classified as explosives, necessitating a Safety Survey and adherence to specific explosive weight and class requirements as detailed in the solicitation. The goods are critical components for guided missile systems, underscoring their importance in defense operations. Interested parties can reach out to Alison Maine at 717-605-6447 or via email at alison.maine@navy.mil for further information, noting that paper copies of the solicitation will not be provided.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
Buyer not available
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.
ALR-56M Radio Frequency (RF) Switch Buy (5985-01-512-9801EW)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure Radio Frequency (RF) Switches, identified by NSN 5985-01-512-9801EW, to support the AN/ALR-56M Advanced Radar Warning Receiver (ARWR). This procurement is crucial for maintaining the functionality of the RF Switch, which is a key component of the Super Heterodyne Receiver (SHR) within the AN/ALR-56M Weapon System, utilized in F-16 Blocks C/D and C-130J aircraft. The contract will be awarded through limited competition, primarily to Herley Industries, Inc. (CAES Mission Systems, LLC) or Planar Monolithics Industries (PMI) Inc., with a five-year Requirements Type Contract anticipated to be awarded in 2025. Interested parties may submit proposals within fifteen days of the notice, and all inquiries should be directed to Kenneth Dickman or Kylie Ordoyne via their provided email addresses.
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, allowing for brand name or equal products. These transponders are crucial for various military applications, including search, detection, navigation, and guidance systems. Interested vendors can reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation.