Request for Information (RFI) Weapons Test Facility Ballistic Data
ID: WTFBRFIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8520 ALFCMC EBWKROBINS AFB, GA, 31098-1670, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the provision of ballistic data systems for small caliber testing at a Weapons Test Facility located in Warner Robins, Georgia. The requested systems must accurately measure bullet flight, muzzle velocity, accuracy, and muzzle energy, and should be capable of operating with fully automatic weaponry while being user-friendly and manageable by fewer than three personnel. This initiative is crucial for enhancing testing capabilities and ensuring precise data collection in military operations. Interested parties are encouraged to submit their capabilities and past experiences by March 24, with all submissions being voluntary and without government reimbursement for incurred expenses. For further inquiries, respondents may contact Melissa Wells or Charles Harris via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The government is seeking market research responses for systems that provide ballistic data in small caliber (≤.50 Cal) testing via a Request for Information (RFI) for a Weapons Test Facility (WTF). This system must accurately measure bullet flight, muzzle velocity, accuracy, and muzzle energy and operate with fully automatic weaponry. Key requirements include user-friendliness, operation by fewer than three personnel, functionality for indoor ranges up to 50 meters, and data export capabilities to Windows-based software like Excel. Respondents are informed that participation does not guarantee contract award, and all submissions are voluntary with no government reimbursement for expenses incurred. The RFI encourages the involvement of both large and small businesses, including teaming or joint venture arrangements. Interested contractors must submit their capabilities, past experiences, and details of any partnerships by March 24, ensuring adherence to guidelines for electronic submissions. The survey also includes specific commercial information queries regarding pricing and conditions for goods and services. Questions should be directed to the designated government contacts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-15 Automated Weight and Balance System Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for the F-15 Automated Weight and Balance System (AWBS) support, focusing on software maintenance for the Automated Form F (AFF) utilized in flight clearance for USAF aircraft. The procurement aims to gather capabilities, experience, and interest from both large and small businesses to provide engineering technical services over the next five years, including help desk support, software maintenance, and updates related to aircraft loading configurations. This initiative is crucial for ensuring aircraft safety and operational efficiency within the USAF. Interested parties must respond by February 26, 2025, providing detailed company information and completing a capability survey, with inquiries directed to Brenton Gibson at brenton.gibson@us.af.mil or Tyler Smith at tyler.smith.53@us.af.mil.
    Request for Information for Impact Scoring System
    Buyer not available
    The Department of Defense, specifically the Air Force Nuclear Weapons Center, is conducting market research to identify potential sources for an impact scoring system to support the Sentinel Program. This system is required to accurately determine the time and position of reentry vehicle impacts, whether at the ocean surface or in the case of an air burst termination, and must have a Technology Readiness Level (TRL) between 6 and 9, indicating it should be mature with minimal need for further development. The information gathered will assist in planning and does not constitute a solicitation for proposals; interested parties are encouraged to request the Statement of Objectives and the Requested Information Form to submit their responses. For further inquiries, contact Brevin Schade at brevin.schade@us.af.mil or Myla Anderson at myla.anderson.1@us.af.mil.
    Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of Flight Test, Telemetry and Termination (FT3) Flight Test Kits, which are essential for supporting the Air Force Global Strike Command's Minuteman III Intercontinental Ballistic Missile (ICBM) Operational Test Launch Program. The procurement aims to establish a contract for the delivery of flight test kits that integrate capabilities for range tracking, missile telemetry, and flight termination, with a requirement for just-in-time deliveries aligned with a five-year flight test schedule. This initiative is critical for ensuring the operational effectiveness and reliability of the ICBM system, with an anticipated delivery timeline beginning October 1, 2030, and ongoing support through the life of the MMIII ICBM Weapon System, projected until approximately 2040. Interested parties must respond to the Sources Sought notice by February 24, 2025, and can direct inquiries to Brad Vargo at 801-775-3700 or via email at bradley.vargo.1@us.af.mil.
    Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC/WNKAB), is soliciting proposals for Contractor Logistics Support (CLS) and production of the Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE). The procurement aims to establish a follow-on sole source contract to provide new production requirements, repair capabilities, and sustainment services for the CMBRE systems, which are critical for operational readiness in weapons build-up areas utilized by the U.S. Air Force, Navy, and allied foreign military forces. This contract will encompass a twelve-month base period with four additional option years, and interested contractors must submit their proposals electronically via SAM.gov, with the expectation of compliance with stringent quality and cybersecurity standards. For further inquiries, potential bidders can contact Ashley Wynn at ashley.wynn.1@us.af.mil or Benjamin Wilton at benjamin.wilton@us.af.mil.
    Test Sequence and Timing System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors to replace the current Test Sequence and Timing System at Arnold Air Force Base (AFB) in Tennessee. This Sources Sought Notice aims to identify both small and large businesses capable of meeting the project requirements, which are detailed in confidential attachments available to qualified entities. The procurement is crucial for enhancing operational capabilities at Arnold AFB, and interested parties must submit their company details, including their SAM Unique Entity Identifier (UEI) and CAGE Code, by 1:00 PM Central Time on February 26, 2025. For further inquiries, vendors can contact Bailey Deason or Brooke Vandeman via email at bailey.deason@us.af.mil and brooke.vandeman@us.af.mil, respectively.
    Additional Capabilities for the XM157 Fire Control
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking information on innovative technologies and software to enhance the XM157 Fire Control system, which is designed to improve soldiers' target engagement capabilities. The procurement aims to identify potential modules that can augment situational awareness and hit probability through functionalities such as multi-spectral imagery, threat recognition, and passive targeting. This initiative underscores the importance of advancing military technology to support soldiers in the field by integrating new capabilities into existing systems while adhering to legal and security requirements. Interested companies must submit relevant product information and documentation, including the DD Form 2345 Military Critical Technical Data Agreement, by 5:00 PM EST on March 14, 2025, and can contact Karlsun Allen at karlsun.allen.civ@army.mil for further inquiries.
    Live Fire Range 2025
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The contractor will be responsible for managing three operational pistol ranges and two rifle ranges, ensuring compliance with safety standards, and providing adequate billeting facilities for instructors and students when necessary. This procurement is crucial for supporting the Air Force's training programs and operational readiness, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement (BPA), allowing individual purchase calls up to $25,000. Interested parties must submit their quotes by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further information.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    OA Testing of DODIC MG48 (T-38/F-5 0.25 to 0.38 Sec Dual Delay Gas Fired Initiator)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking contractors to perform operational and reliability testing on the Dual Delay Gas Fired Initiators (DODIC MG48) used in T-38 and F-5 aircraft. The primary objective of this procurement is to evaluate the functionality of the test samples through a series of non-destructive and ballistic tests, adhering to established procedures and ensuring the reliability of these critical ordnance items. The contractor will be responsible for providing necessary equipment and delivering comprehensive reports of all test results, including ballistic data and inspection findings, within 120 days of receiving government-furnished materials. Interested parties should contact Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil for further details regarding this opportunity.
    Battlefield Effect Simulators Phase II
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking sources for the Battlefield Effect Simulators Phase II, focusing on the development and provision of simulators such as the XM183, XM184, XM185, and XM186. This procurement aims to enhance military training capabilities through advanced simulation technologies, which are critical for realistic battlefield training scenarios. Interested parties must comply with stringent security protocols, including the submission of a Non-Disclosure Agreement (NDA) and a Technical Data Request Questionnaire, to access sensitive technical data. For further inquiries, potential respondents can contact Ryan Fiorellini at ryan.n.fiorellini.civ@army.mil or Steven Ghazi at steven.s.ghazi.civ@army.mil, with all submissions adhering to the outlined compliance requirements.