TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete
ID: FA248725RB002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2487 AFTC PZZD (EGLIN)EGLIN AFB, FL, 32542-6886, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking responses for the TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete, aimed at enhancing test and evaluation technologies for ranges, armaments, and spectrum. This procurement is focused on research and development in the physical, engineering, and life sciences, with a particular emphasis on national defense R&D services. The opportunity is critical for advancing military capabilities and ensuring effective testing and evaluation processes. Interested parties should note that responses are due by June 6, 2025, and can direct inquiries to Zachary Schultz at Zachary.Schultz.7@us.af.mil or Steven Fletcher at steven.fletcher.21@us.af.mil for further information.

    Files
    No associated files provided.
    Similar Opportunities
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Research, Development, Test and Evaluation (RDT&E) Engineering and Technical Support (RETS)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from firms capable of providing Research, Development, Test, and Evaluation (RDT&E) Engineering and Technical Support (RETS) as part of a Sources Sought Notice. The procurement aims to identify potential contractors who can deliver expertise in seven critical areas, including mission engineering, systems engineering, software engineering, prototyping, modeling & simulation, operations research, and data management, all vital for U.S. security initiatives. This opportunity is particularly significant as it may lead to a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued between $1.0 billion and $1.7 billion, with an anticipated award date in August 2026. Interested parties must submit their capability statements by December 10, 2025, and can contact Aubrey McKinney or Matthew Wetzel for further information.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    RASTER Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to extend the Research and Development for Advanced Space Superiority Technology and Engineering Requirements (RASTER) contract. This opportunity involves modifying the existing RASTER Indefinite Delivery Indefinite Quantity (IDIQ) contract by increasing its ceiling and extending the period of performance, justified under FAR 6.302-1, which allows for procurement from only one responsible source. The RASTER program is critical for advancing military capabilities in space superiority, and this modification is essential for continuing the necessary research and development efforts. Interested parties can reach out to Cori Duford at cori.duford@us.af.mil for further information, noting that this posting is not a request for proposal and was originally announced on SAM.gov on May 25, 2022.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    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.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Buyer not available
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    Multi-Spectral Sensing Technologies Research and Development (MUSTER)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Multi-Spectral Sensing Technologies Research and Development (MUSTER) initiative. This opportunity aims to advance research in various areas, including multiband multifunction radio frequency sensors and laser radar technology, to enhance the U.S. Air Force's capabilities in intelligence, surveillance, and reconnaissance. The program has a total budget of $250 million, with individual awards ranging from $100,000 to $10 million, and interested parties must submit white papers by May 20, 2026, to be considered for further evaluation. For additional information, potential applicants can contact Jamie Jones-Brooks at jamie.jones-brooks@us.af.mil or Travis White at travis.white.17@us.af.mil.
    Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking proposals for the Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST) initiative. This program aims to develop methodologies and technologies to enhance the cyber security and resilience of avionics systems across various platforms, including manned, unmanned, and ISR systems, with a focus on mitigating vulnerabilities and advancing sensor technologies. The estimated program value is approximately $808.5 million, with multiple awards ranging from $1 million to $200 million, and proposals will be accepted through subsequent calls until November 1, 2025. Interested parties can reach out to Timothy Matelski at timothy.matelski@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil for further inquiries.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    ETFO for DTRA Strategic Systems Detection (SSD) Special Testbed
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), has approved an Exception to Fair Opportunity (ETFO) for the award of a contract to Applied Research Associates (ARA) for the Strategic Systems Detection (SSD) Special Testbed under the Countering Weapons of Mass Destruction (CWMD) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance capabilities in national defense research and development services, specifically focusing on defense-related activities and experimental development. The SSD Special Testbed is critical for advancing technologies that counter threats posed by weapons of mass destruction. For further inquiries, interested parties may contact Julliette Hernandez at julliette.n.hernandezsantamaria.civ@mail.mil or by phone at 571-616-5782, or Mary Kay Chase at mary.k.chase2.civ@mail.mil.