Reentry System/Reentry Vehicle (RS/RV) Engineering Support
ID: FA821425RRSRVType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8214 AFNWC PZBBHILL AFB, UT, 84056-5837, USA

NAICS

Engineering Services (541330)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for engineering support related to the Reentry System/Reentry Vehicle (RS/RV) as part of the Sentinel (GBSD) weapon system development. The procurement aims to identify capable firms that can provide core engineering, systems engineering, program management, and test support services, focusing on components such as failure analysis, finite element analysis, and production engineering. This initiative is crucial for ensuring the effectiveness and reliability of reentry systems and vehicles, which play a vital role in national defense. Interested parties must submit a Statement of Capability by October 21, 2024, to Shila Weese at shila.weese@us.af.mil, and include their small business status and relevant experience.

    Point(s) of Contact
    Shila Weese
    (801) 586-4939
    (801) 777-7837
    shila.weese@us.af.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Igniter S & A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified sources regarding the procurement of Igniter Safe & Arm (S&A) devices for the Minuteman III Intercontinental Ballistic Missile (ICBM) program. The objective is to evaluate the need for replenishment spares of the Igniter S&A, which is a critical component that prevents inadvertent ignition of the missile's motor. This sources sought synopsis aims to gather market research data to determine potential sources and inform the acquisition strategy, with a focus on capabilities related to manufacturing, obsolescence mitigation, and quality management. Interested parties are encouraged to submit a white paper capability statement to Robert Nielson at robert.nielson@us.af.mil, with responses due by the specified deadline. The NAICS code for this opportunity is 336415, and the place of performance is Capitol Reef, Utah.
    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.
    Space Systems Command (SSC) Resilient Missile Warning, Tracking, & Defense (SNR) Medium Earth Orbit (MEO) Epoch 2 (E2) Request For Prototype Proposal (RPP)—Epoch 2 SVs
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is issuing a Request for Prototype Proposal (RPP) for the Medium Earth Orbit (MEO) Missile Track Custody (MTC) Epoch 2 (E2) program, aimed at enhancing global tracking capabilities for hypersonic and ballistic missile threats. This initiative seeks to develop a sophisticated tracking system that integrates with existing defense infrastructure, specifically the Joint Overhead Persistent Infrared Planning Center, to improve missile warning and tracking capabilities. The government plans to award up to two Firm-Fixed Price agreements, with proposals due by 11 October 2024, and interested parties can access the RPP Package and participate in several virtual events for further clarification. For inquiries, contact Capt Alexander Siangpipop at alexander.siangpipop.1@spaceforce.mil or Lt Col Brandon Castillo at brandon.castillo.1@spaceforce.mil.
    Essential Engineering, Research, and Development Capabilities at Robins AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a market survey to identify educational, nonprofit institutions, or federally funded research and development centers capable of providing essential engineering, research, and development services at Robins Air Force Base (RAFB) in Georgia. The procurement aims to augment and extend the organic engineering capabilities of the U.S. Air Force and its Foreign Military Sales partners, focusing on areas such as structural engineering, reliability-centered maintenance, software development, and cybersecurity. This initiative is critical for maintaining and improving weapon system availability and operational safety at RAFB, with contractors expected to manage all aspects of the contract, including quality control and safety compliance. Interested parties should contact Adney Keel at adney.keel@us.af.mil or Kristen Campbell at Kristen.campbell.2@us.af.mil for further information, noting that participation in this survey does not guarantee future contract awards.
    RFI: Space Security and Defense Program (SSDP), Space Domain Awareness (SDA) Division, Space Domain Awareness Capabilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking information through a Request for Information (RFI) regarding capabilities and services related to Space Domain Awareness (SDA) as part of the Space Security and Defense Program (SSDP). The objective is to gather innovative and proven concepts that can effectively address threats in a dynamic space environment, with a focus on support to fires, surveillance of man-made objects, intelligence and reconnaissance, and environmental monitoring for the years 2030 to 2040. This initiative is crucial for enhancing the United States Space Force's operational capabilities and ensuring effective space operations. Interested parties must submit their concepts by November 14, 2024, to the designated email address, SpOC.SWAC.RFI@spaceforce.mil, and are encouraged to follow specific submission guidelines outlined in the RFI.
    Long Range Radar- Enhanced (LRR-E) - SSN/RFI - Reopener
    Active
    Dept Of Defense
    The US Army is seeking information from businesses for sustainment and engineering services related to the Long Range Radar-Enhanced (LRR-E) system, an intelligence, surveillance, and reconnaissance technology. They require industry support for the Northrop Grumman-developed LRR-E system, including lifecycle management and potential future acquisitions. Businesses capable of assisting with the Army's LRR-E program are invited to respond with company and capability details, aiming to establish the scope of industry involvement and determine acquisition strategies. This is a sources sought notice; no proposals or bids are being requested at this stage. The Long Range Radar-Enhanced system is vital for the Army's aerial intelligence gathering, specifically for Synthetic Aperture Radar and Moving Target Indication operations. With three systems already procured, the Army seeks continued support and potential additional acquisitions. Responses to this notice are due by 1pm ET on October 16th and should be sent to Eric.J.Roberts48.civ@army.mil.
    2024 NUCLEAR ARMED SEA LAUNCHED CRUISE MISSILE (SLCM-N) ACQUISITION & ENGINEERING (A&E) SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is seeking qualified firms to provide Acquisition & Engineering (A&E) Support Services for the 2024 Nuclear Armed Sea Launched Cruise Missile (SLCM-N) program. The procurement aims to secure services for the integration, testing, and lifecycle sustainment of the SLCM-N onboard Virginia Class submarines, with a focus on areas such as site master planning, nuclear weapons documentation, and logistics management for strategic weapons systems. This initiative is critical for maintaining advanced and secure weapon systems in compliance with federal guidelines, emphasizing opportunities for small and disadvantaged businesses. Interested parties must submit their White Paper capability statements by October 18, 2024, at 4:00 PM EST, to Victoria Platner at Victoria.Platner@ssp.navy.mil, detailing their qualifications and relevant experience.
    PROTECTED TACTICAL SATCOM -GLOBAL (PTS-G) PRE-SOLICITATION SYNOPSIS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Protected Tactical SATCOM - Global (PTS-G) program, with a Request for Proposal (RFP) expected to be posted in October 2024. This procurement aims to establish multiple award Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) contracts for the production of Protected Tactical SATCOM Global Space Production Vehicles, which are critical for military communications and positioning, navigation, and timing capabilities. Interested vendors must register for access to the Bidders' Library and provide necessary information for facility clearance to receive classified requirements. For further details, potential offerors can contact Mr. Alejandro Capristan at alejandro.capristan.1@spaceforce.mil or Mr. Brett Beljak at brett.beljak.1@spaceforce.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.
    SADL-UP Fair Opportunity Proposal Request
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the SADL-UP Fair Opportunity Proposal Request. This procurement aims to acquire services related to the development and manufacturing of guided missile and space vehicle parts, as well as auxiliary equipment, under the NAICS code 336419. The goods and services sought are critical for national defense research and development, contributing to military experimental development efforts. Interested parties can find more details by logging into https://piee.eb.mil and searching for 'FA248724RB010'. For inquiries, contact Melissa Hoover at melissa.hoover.1@us.af.mil or 850-883-7456, or Natara Olbricht at natara.olbricht@us.af.mil or 757-764-2344.