Lightning System Maintenance
ID: W5168W-24-0000024335Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the maintenance of the Thor Guard Lightning Prediction and Warning System (TG360) at Fort Walker, Virginia. The contractor will be responsible for providing on-demand repairs, routine preventive maintenance, and periodic updates to the system's software, firmware, and operating systems to ensure its optimal functionality and reliability. This system is critical for predicting and warning against lightning strikes, thereby enhancing safety protocols at the installation. Interested parties may express their capabilities within seven days of this notice, with all inquiries directed to Rebecca Langham or Deidra Hicks via their provided email addresses. The contract will be awarded as a firm fixed price, with the NAICS code 811210 and a size standard of $34 million.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.
    ARGUS Database Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of the ARGUS Microsoft Access database to Frederick Kydd McMahon DBA Final Approach Dashboards. The contractor must possess extensive experience in maintaining the ARGUS database, particularly within the Air Force Reserve Command (AFRC) flying training pipeline, and be capable of providing support within three days of contract award. This database is critical for managing essential mission needs related to aircrew training, including tracking student information, training timelines, and graduation statistics. Interested parties must express their interest and capability by 12:00 PM Central on September 20, 2024, as this notice is not a request for competitive quotes. For further inquiries, contact Michelle Watkins at michelle.watkins.4@us.af.mil.
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    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.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    AGTS Depot Artisan Training and Technical Assist
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a firm fixed price modification to procure depot artisan training and technical assistance for the Aircraft Generator Test Stand (AGTS). This procurement will involve the Motor-Gearbox Assembly removal and replacement, with training and support provided exclusively by Testek LLC, the Original Equipment Manufacturer (OEM), due to their unique technical knowledge and proprietary data. The AGTS is critical for aircraft maintenance and repair, and the government has determined that no other manufacturer possesses the necessary expertise to fulfill this requirement. Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; for further inquiries, contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.
    Notice of Intent to Sole Source for Nuclear Magnetic Resonance System Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the maintenance and repair of Bruker Biospin Analytical Systems and Parts. This procurement is essential for ensuring the operational efficiency of the Edgewood Combat Capabilities Development Command Chemical Biological Center, which relies on these specialized systems for its analytical capabilities. The Government plans to award a Firm-Fixed Price contract to Bruker Biospin Corp, with a response deadline for interested parties set for 8:00 am EST on September 20, 2024. For inquiries, contact Julius Wood at julius.a.wood.civ@army.mil.
    Field technical assistance, system overhaul, system RESET and repair of spares for the AN/TPN-31, Air Traffic Navigation and Coordination System (ATNAVICS) and the AN/FPN-67, Fixed Base Precision Approach Radar (FBPAR).
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking potential sources to provide field technical assistance, system overhaul, system RESET, and repair of spares for the AN/TPN-31 Air Traffic Navigation Integration and Coordination System (ATNAVICS) and the AN/FPN-67 Fixed Base Precision Approach Radar (FBPAR). The procurement aims to identify qualified vendors capable of addressing the necessary software changes and repairs, as the original developer, Raytheon Electronic Systems, holds proprietary rights to the software, which is not available for competitive procurement. These systems are critical for air traffic navigation and coordination, underscoring the importance of maintaining their operational integrity. Interested parties should contact Eric Fulmer at eric.j.fulmer.civ@army.mil or Shawn Jamerson at shawn.l.jamerson.civ@army.mil for further information regarding this opportunity.
    Battlefield Operations Support Systems (BOSS) Gold Support Plan Base plus 4 years
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract for the Battlefield Operations Support Systems (BOSS) Gold Support Plan, covering a base year plus four additional option years. This procurement aims to secure an annual subscription plan for five systems, which is crucial for maintaining operational readiness and support for battlefield operations. The anticipated award date is September 27, 2024, and interested parties must submit their capabilities in writing by 12:00 PM CDT on September 26, 2024, to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil. The contract will be awarded to Tactical Communications Group LLC, with the applicable NAICS code being 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing.
    Intent to Sole Source: Ninja TRX System Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the 4th Contracting Squadron, intends to award a sole-source contract to Black River Systems Inc. for essential Ninja TRX System Support. This equipment is crucial for maintaining effective communication systems at Seymour Johnson AFB in North Carolina. The proposed 12-month contract, worth an estimated $199,500, will be awarded once the government has concluded that Black River Systems Inc. is the only company capable of meeting their specialized requirements. For inquiries, contact Sarah Derringer at sarah.derringer@us.af.mil.