Intent to Sole Source - Accelerate Concealed Comms Capability
ID: FA489024R0054Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ AIR COMBAT COMMAND AMICHAMPTON, VA, 23666, USA

NAICS

Semiconductor and Related Device Manufacturing (334413)
Timeline
    Description

    The Department of Defense, specifically the Headquarters Air Combat Command Acquisition Management and Integration Center, intends to award a sole source contract to Booz Allen Hamilton Inc. for the development of enhanced concealed communication capabilities through a photonic integrated circuit (PIC). The objective of this procurement is to create a preliminary design that allows legacy radio and data link waveforms to be concealed within the noise floor while ensuring resilience against jamming, which is critical for military applications. This initiative is part of a broader strategy to advance military communication technologies, addressing the limitations of conventional solutions that do not meet stringent operational requirements. The contract is valued at $150,000, with an anticipated award date on or before September 30, 2024. Interested parties must respond by September 11, 2024, to express their capability to meet the outlined requirements, as this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Single Source Justification for a contract valued at $150,000 to develop a photonic integrated circuit (PIC) aimed at enhancing concealed communication capabilities for the Department of Defense. The specific contractor, Booz Allen Hamilton (BAH), is justified as the sole source due to their unique expertise and previous successful research under a Cooperative Research and Development Agreement (CRADA) with Lockheed Martin, which did not yield the desired advancements using commercial off-the-shelf (COTS) components. The document emphasizes that conventional solutions do not meet the stringent size, weight, power, survivability, and performance requirements necessary for military applications. BAH's Principal Investigator is recognized for successfully creating a high-quality PIC, which has shown positive results in preliminary tests with U.S. tactical radios, prompting funding allocation from the Innovation Enabling Board. The funding supports immediate testing and validation, with the intention of shaping future prototypes based on the findings. This contract action aligns with the Air Force's strategic interests and aims to mitigate risks associated with the development of cutting-edge military communication technologies, hence a sole source award is deemed necessary. Future funding for subsequent phases will be sourced under different agreements, establishing a structured progression toward enhancing military capabilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    99 CS L3Harris Encryption Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the 99th Contracting Squadron of the Air Force, intends to award a sole-source purchase order for L3Harris Encryption Software, citing exclusive licensing agreements under FAR 13.106-1(b)(1)(i). This procurement involves acquiring 26 units of proprietary Over the Air Rekeying/Zeroizing Encryption Software, which is critical for ensuring compliance with contemporary encryption security standards for base network communication. Interested parties are required to submit a capability statement that includes technical and cost data by September 20, 2024, at 08:00 AM Pacific Time, with submissions sent via email to 1st LT Vincent McDonough at vincent.mcdonough.2@us.af.mil. The government will evaluate all capability statements to determine the necessity of competitive procurement versus proceeding with a sole-source award.
    99 ABW Unify CP Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the 99th Contracting Squadron, intends to award a sole source delivery order for the Unify Command Post Upgrade for the 99th Air Base Wing at Nellis Air Force Base in Nevada. This procurement is aimed at enhancing the communications capabilities of the Las Vegas Regional Command Post, necessitated by the current system's end-of-life status and the absence of maintenance options. The contract, valued at $313,598.19, will be awarded to MCS of Tampa, Inc., the only provider with the specialized knowledge and security clearance required for the installation and support of Unify products, which are critical for effective emergency responses. Interested parties must submit their capability statements by September 23, 2024, at 10:00 AM Eastern Time, via email to Erin Lilly at erin.lilly.1@us.af.mil, as this notice is not a request for competitive proposals.
    AIR FORCE CRYPTOLOGIC OFFICE COMMERCIAL SOLUTIONS OPENING
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking new and innovative capabilities in Electromagnetic Warfare (EW), Information Operations (IO), and electromagnetic digital communications. These capabilities will be used for a field demonstration within a year, utilizing mature technologies in novel ways through the application of novel material approaches or innovative services. The procurement is for an undisclosed quantity or service requirements, with a budget of less than $50M. The potential sustainment life cycle for any follow-on requirements will be determined based on the awards to be made. For more information, contact Carissa Heuertz at carissa.heuertz@us.af.mil or (210)977-5457.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for the procurement of AN/PRC 152 and 117 radios to L3Harris Technologies, as outlined in a Special Notice. The requirement is for the 187th Maintenance Group at the 187th Fighter Wing in Montgomery, Alabama, to secure UHF CRYPTO-capable radios essential for secure communication during operations, including in-flight emergencies and deployments. The contractor will be responsible for delivering specific radio models, along with necessary accessories and documentation, ensuring compliance with military standards and a five-year warranty. Interested parties can contact Maj Jeremy Hendrick at jeremy.hendrick@us.af.mil or by phone at 334-394-7528 for further details regarding this procurement opportunity.
    N66001-24-R-0060 Notice of Intent to Award Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole-source contract to Brandywine Communications for the provision of parts and modules related to the Navy's ruggedized Time and Frequency Distribution System (TFDS). This procurement aims to support both shore and fleet users, ensuring the sustainment and maintenance of existing TFDS systems while also facilitating the acquisition of new systems for Virginia and Columbia Class submarines. The TFDS is critical for the Navy's submarine communication community, and Brandywine Communications is the only source capable of fulfilling these requirements without incurring substantial costs or delays associated with alternative systems. The estimated contract value is $8.2 million, with a performance period of one year and four optional one-year extensions. Interested parties may contact Contract Specialist April Anne B Segovia at aprilanne.b.segovia.civ@us.navy.mil or 619-553-4490, with responses due by September 10, 2024, at 1630.
    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.
    70B04C24C20140612 – Notice of Intent - Raytheon Company
    Active
    Homeland Security, Department Of
    Notice of Intent - Raytheon Company The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to solicit and award a firm fixed price (FFP) sole source single contract award to Raytheon Company. The contract is for Cellular Over-the-Horizon Enforcement Network (COTHEN) support services. COTHEN is a multi-agency, voice communication network that encompasses remote command and control systems, airborne and marine mobile systems, and many special-purpose ancillary systems, controlled by software and network switching technology. The system is frequency adaptive and employs upgraded AES 256, type three (3) voice encryption. Raytheon Company is uniquely qualified as the only one responsible source and no other supplies or services will satisfy agency requirements source with the expertise to perform the software upgrades, equipment maintenance, and services required to support the proprietary software and equipment used on COTHEN. No other service or equipment will meet the Government's needs. This contract will be awarded by no later than August 20, 2024. For questions, please contact the following team members via a group email: Contract Specialist - Debbie Dean (debbie.d.dean@cbp.dhs.gov) and Contracting Officer - John Marschall (john.d.marschall@cbp.dhs.gov).
    NOCA - TPS Radios and Network Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Material Command (AFMC), is issuing a Notice of Contract Action (NOCA) for a sole-source contract with Persistent Systems LLC to provide IP Radios and network support equipment. The procurement aims to upgrade the X-62 VISTA aircraft, two T-38 aircraft, and the Test Pilot School control room with an MPU5 Internet Protocol (IP) based radio network, utilizing the Wave Relay System to ensure compatibility with existing systems at Holloman AFB and Davis Monthan AFB. This initiative is critical for enhancing communication capabilities within the USAF Test Pilot School and involves various radio types, antennas, converters, and training services. Interested vendors capable of fulfilling these requirements must submit their capability statements by 4:30 PM Pacific Standard Time on September 20, 2024, to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil.
    58--AMPLIFIER, X-BAND H
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 38 units of the AMPLIFIER, X-BAND H. This contract requires the manufacture and supply of specialized communication equipment, which is critical for military operations and systems. The procurement emphasizes strict compliance with quality assurance standards, including the prohibition of mercury contamination, and mandates government source inspection prior to acceptance. Interested vendors must submit their proposals via NECO or email by September 27, 2024, and can direct inquiries to Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil.