Redacted Justification and Approval (J&A)
ID: W911QX21C0039P00006Type: Justification
AwardedMay 17, 2023
Award #:W911QX21C0039
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking to procure continued support services from EWA for the RATE system, which includes development, upgrades, and engineering support. This procurement is justified under the authority of 10 U.S.C. 2304(c)(1), as EWA is the only entity with the proprietary knowledge necessary to perform these critical enhancements without disrupting ongoing operations. The services are vital for maintaining the functionality and effectiveness of the RATE system, which is essential for electronic warfare testing and operations. Interested parties can reach out to Alex Gilliam at alex.p.gilliam.ctr@army.mil or Joseph M. Dellinger at joseph.m.dellinger2.civ@army.mil for further information.

    Files
    Title
    Posted
    Lifecycle
    Similar Opportunities
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    J&A Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole source procurement for a specialized Automatic Test Equipment (ATE) system to be utilized at White Sands Missile Range in New Mexico. The required ATE must possess high current and high voltage capabilities, including the ability to provide precise voltage measurements and high-speed data acquisition across a range of voltages and currents. This equipment is critical for testing electrical and electronic properties, ensuring the reliability and performance of military systems. Interested vendors can reach out to Joyce Frost at joyce.m.frost6.civ@army.mil or by phone at 575-678-5305 for further details regarding this opportunity.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and associated costs by December 18, 2025, at 3:00 PM EST. For access to classified requirements documentation, qualified entities must submit the necessary forms via a DoD SAFE link by December 11, 2025, and can contact Kimberly Barnes or Kellie R. Clavijo for further information.
    Service Support for the Prophet Enhanced AN/MLQ-44 Detecting System, Countermeasures Weapon System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking service support for the Prophet Enhanced AN/MLQ-44 Detecting System, which includes a range of sustainment and support services. The procurement encompasses maintenance, repairs, contractor field service representatives, software support, and the development of Technology Insertion capabilities to ensure the system remains operationally relevant against evolving threats. This contract is crucial for maintaining the effectiveness of electronic countermeasures and counter-countermeasures equipment, which play a vital role in defense operations. Interested parties can contact Jimmy H. Dinh at jimmy.h.dinh.civ@mail.mil or call 443-861-4866 for further details regarding this opportunity.
    REQUEST FOR INFORMATION (RFI) AN/ALR-69A Radar Warning Receiver (RWR) Countermeasure Signal Processor (CSP) Radar Receiver (RR) Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide engineering services for the AN/ALR-69A Radar Warning Receiver (RWR) system, which includes the Countermeasure Signal Processor (CSP) and Radar Receivers (RRs). The procurement aims to enhance the capabilities of the RWR, which is vital for aircraft survivability in complex threat environments, by offering support in areas such as software maintenance, operational flight program support, and hardware conditioning. This five-year contract, currently sole-sourced to Raytheon Company, encourages responses from both large and small businesses, particularly those with experience in classified material handling and technical data generation. Interested parties must submit their capabilities and business information by January 17, 2026, to the primary contact, Desura Gates, at desura.gates.1@us.af.mil, or the secondary contact, Porscha Hicks, at porscha.hicks@us.af.mil.
    SOLE SOURCE – EA-18G/P-8A/ALQ-99 ENGINEERING SERVICES AND SUPPLIES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source engineering services and supplies for the EA-18G, P-8A, and ALQ-99 systems. This procurement aims to fulfill specific technical support and engineering requirements essential for the operational readiness and maintenance of these advanced military platforms. The services and supplies are critical for ensuring the effectiveness and reliability of the systems in various defense operations. Interested parties can reach out to Theresa Jones at theresa.a.jones2.civ@us.navy.mil or call 812-381-7164 for further details regarding this opportunity.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing, teardown, and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of aircraft systems, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM EDT, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.