Aircraft/bus Interface Compute and Storage Device RFI
ID: DAF_PEO_C3BM_19DEC24Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2318 AFLCMC HBMKHANSCOM AFB, MA, 01731-1609, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to identify potential sources for a hardware solution that converts MIL-STD-1553 and ARINC 429 data bus outputs into User Datagram Protocol (UDP) packets. This procurement aims to support the Air Force's Mission Planning Systems by facilitating effective flight planning through the integration of various data inputs, requiring a device that includes multiple bus connections, an RJ-45 output, and sufficient processing power and storage within specified physical dimensions and weight. Responses to this RFI are due by January 30, 2025, and must include administrative information and documentation of technical capabilities, with all proprietary information clearly marked. Interested parties can contact Christina Wichert at maria.wichert@us.af.mil for further inquiries.

Point(s) of Contact
Christina Wichert
maria.wichert@us.af.mil
Files
Title
Posted
The Department of the Air Force is issuing a Request for Information (RFI) to identify potential sources for developing a hardware solution that converts MIL-STD-1553 and ARINC 429 data bus outputs into User Datagram Protocol (UDP) packets. This technology aims to support the United States Air Force's Mission Planning Systems by enabling effective flight planning through the integration of various data inputs. The hardware must include specific capabilities, such as multiple bus connections, an RJ-45 output, adequate processing power, and storage, all within defined physical dimensions and weight specifications. Responses are requested by January 30, 2025, and must include administrative information about the responding entity, along with clear documentation of technical capabilities. The RFI serves as a preliminary step in market research and does not obligate the government to issue a contract, emphasizing the importance of proper marking of proprietary information. This endeavor aligns with the Air Force's larger goal of enhancing mission planning and data utilization across various aircraft systems.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
RFI - Integrated Broadcast System - Encryption/Decryption
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research for a new hardware/firmware-based encryption/decryption system through a Request for Information (RFI) issued by the Integrated Broadcast Service (IBS) System Program Office. The objective is to gather input on systems that can replace the existing KIV 7M device, with specific requirements including support for up to 16 channels, compliance with NSA Type-1 certification for SECRET level data, and adherence to military standards. This procurement is crucial for enhancing secure communications within military operations, and interested parties are encouraged to submit their responses electronically by April 30, 2025, detailing their capabilities and relevant experience. For further inquiries, Cedric Reese and Brandi Jacobs can be contacted via email at cedric.reese@us.af.mil and Brandi.Jacobs.2@us.af.mil, respectively.
Request for Information (RFI) MQ-9 Test and Check Out (TACO) Telemetry Receiver System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources regarding the procurement of a Test and Check Out (TACO) Telemetry Receiver System. This system will be a rugged, transportable platform designed for outdoor use, featuring a shock-mounted rack system and cooling capabilities to ensure functionality in extreme conditions, particularly in desert environments. The Air Force intends to award a single Firm-Fixed Price/Cost Plus Fixed Fee contract for this requirement, with responses to the Request for Information (RFI) due by 5:00 PM EST on May 16, 2025. Interested parties should direct their responses to Matthew Ginder at matthew.ginder@us.af.mil, noting that the government will not compensate for any costs incurred in response to this RFI.
Offensive Small Uncrewed Aircraft Systems (sUAS) System Program Office (SPO) Low-Size, Weight, and Power and Cost (SWaP-C) Multi-Domain Communications and Data Relay End Items Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from industry regarding the development of Low-Size, Weight, Power, and Cost (SWaP-C) multi-domain communications and data relay systems for integration into Group 2 and Group 3 small uncrewed aircraft systems (sUAS). The objective of this Request for Information (RFI) is to gather insights on capabilities that can facilitate dynamic communications and data relay in contested environments, with a focus on solutions that adhere to Modular Open System Approach (MOSA) standards. This initiative is crucial for enhancing operational effectiveness in complex scenarios, and the Air Force is particularly interested in responses from non-traditional performers. Interested vendors must submit their responses, which should include a product specification and technology synopsis, by May 25, 2025. For further inquiries, contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Timothy Huddleston at timothy.a.huddleston2.civ@mail.smil.mil.
Military Satellite Communication (MILSATCOM) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Department of the Air Force, is issuing a Request for Information (RFI) regarding Military Satellite Communication (MILSATCOM) systems aimed at supporting a Partner Nation in the European Command area. This RFI seeks industry estimates on the design and costs for a comprehensive MILSATCOM solution, which includes satellites, mission control centers, and user terminals, with an emphasis on high data throughput, resilience to threats, and integration with European secure connectivity initiatives. The initiative is crucial for enhancing military communications capabilities alongside allied nations, ensuring robust and secure communication against potential jamming threats. Interested vendors must submit detailed capabilities, costs, and schedules by May 1, 2025, and can direct inquiries to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil.
Co-Pilot License Bundle
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding their capabilities to provide a Co-Pilot License Bundle, particularly the CP-UA2133 model, which is essential for military applications. The procurement aims to acquire three units of this license bundle, which features a USB 3.1 interface compliant with the MIL-STD-1553 specification and includes two multi-function channels to enhance operational capabilities. Interested vendors are invited to submit capability statements detailing their experience and qualifications, with a firm-fixed price contract anticipated under NAICS code 541512, valued at approximately $34 million. Responses must be submitted by April 28, 2025, at 11:00 AM PDT, to the designated contacts, Denina Hudson and Abel Alcantar, via the provided email addresses.
F-16 Electronics Component
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is conducting market research for the procurement of F-16 Electronics Components, specifically the Jettison/Release Remote Interface Unit (J/RRIU). The primary objectives of this presolicitation notice are to identify potential sources capable of fulfilling the agency's requirements, enhance small business access to acquisition information, and promote competition by highlighting contracting and subcontracting opportunities. The estimated quantity for this procurement is 14 units, with a delivery schedule set for on or before July 26, 2026. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further information, and must be aware that the qualification process includes specific requirements outlined in the attached Manufacturing Qualification Requirement document, which entails a testing cost of approximately $4,800 and a completion time of around 90 days.
20 ASOS USB-C to ODU Cables
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of 25 replacement USB-C to ODU 18-inch cables, as outlined in the Simplified Acquisition Proposal Request (SAPR) FA445225R0016. These cables are essential for communications and data transfer in tactical situations, experiencing normal degradation due to usage in both training and operational environments. Proposals must be submitted electronically by 12:00 PM (CST) on April 30, 2025, and should include a completed Pricing Worksheet, Provisions & Clauses forms, and a cover letter, with all submissions directed to Ms. Lindsay Fallon and Ms. Tonya Hughes at their respective email addresses. Late proposals will not be accepted, and the evaluation will focus on the lowest priced technically acceptable submissions that meet the specified requirements.
Deployable Communications Package (DCP)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the Deployable Communications Package (DCP), an integrated communications and command/control system. This system is required to support simultaneous multiband voice and data communications, high-frequency radio capabilities, and the provision of full-motion video (FMV) for tactical air control operations, which are critical for planning and executing joint Close Air Support (CAS) and Air Interdiction missions. Interested parties are encouraged to submit their qualifications, capabilities, and product specifications by May 1, 2025, to the designated contacts, Jared Rush and Connor Haseley, via email. This RFI serves as a market research tool and does not constitute a binding procurement commitment from the government.
58 - FMS Repair - RADAR DATA PROCESSOR (RDP)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a contractor for the sole-source repair of a Radar Data Processor (RDP) under solicitation number 25PR0R291. The requirement involves the repair of a specific Government Furnished Property (GFP) item, identified by NSN 7RH 5841-016504230 and part number FM300A381-0051, with a quantity of one unit to be restored to a Ready For Issue (RFI) condition. This procurement is critical for maintaining operational readiness of military radar systems, and interested contractors must comply with the source approval process detailed in the NAVSUP WSS Source Approval Brochure. Proposals must be submitted to Mrs. Dana Scott at dana.scott@navy.mil, and all submissions must adhere to federal regulations, with the expectation that only domestic supplies will be utilized unless otherwise specified.
MC-130 Radar
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the upgrade of the MC-130J RTP APN-241 Radar to the WC-130J configuration, aimed at supporting MC-130J CR-2M developmental testing. This Request for Information (RFI) is intended to identify capabilities and expertise necessary for the project, emphasizing the need for interested parties to demonstrate their ability to install the radar system, troubleshoot discrepancies, and access Northrop Grumman's equipment. The government anticipates a sole-source contract to Northrop Grumman Corporation, with a completion target within Fiscal Year 2025. Responses must be submitted by December 1, 2024, to the designated contacts, Tiffany Wilcher and Ashley Blann, with a focus on showcasing relevant business information, past experiences, and quality assurance processes.