B-1B AN/ALQ-161 Band 8 Driver/Transmitter
ID: SPRWA1-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT WARNER ROBINS, GAROBINS A F B, GA, 31098-1813, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
  1. 1
    Posted Feb 3, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 3, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 3:59 AM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Feb 3, 2025, 11:05 PM UTC
The document outlines transportation data in connection with federal procurement under Purchase Instrument FD20602300964-01, initiated on December 20, 2024. It specifies the F.O.B. (Free on Board) terms and outlines pertinent clauses, documentation, and contact information for the Defense Contract Management Agency (DCMA) Transportation Office. Vendors are instructed to request shipping instructions before moving freight, particularly for DCMA-administered contracts, to avoid unnecessary costs. Shipping details include specific line items and shipping addresses to DLA Distribution Warner Robins, Georgia. Contact information for the responsible government official, Darrick D. Hogan from the 406 SCMS, is also provided. The document emphasizes compliance with regulatory clearances and accurate reimbursements linked to transportation funding, reinforcing the necessity of adhering to federal guidelines for successful transportation logistics in government contracts.
Feb 3, 2025, 11:05 PM UTC
The document outlines packaging requirements under the purchase instrument number FD20602300964-01, emphasizing compliance with United Nations restrictions on wood packaging material (WPM) to prevent invasive species. It defines WPM and specifies construction requirements, including the use of debarked wood and heat treatment to meet phytosanitary standards. Various military packaging and marking standards (MIL-STD-2073-1 and MIL-STD-129) are referenced to ensure proper shipping and storage marking practices. The document details marking criteria for shipping containers, which include compliance with additional barcoding or marking requirements as specified on the AFMC Form 158. Contact information for the packaging specialist is also provided. This summary serves to communicate the importance of adhering to military and international standards, ensuring compliance with regulations concerning wood packaging in global trade. Overall, the document aims to maintain environmental integrity through stringent packaging protocols.
Feb 3, 2025, 11:05 PM UTC
Feb 3, 2025, 11:05 PM UTC
The document presents an overview of federal and state RFPs (Requests for Proposals) and associated grant opportunities aimed at encouraging collaboration and innovation among government agencies and stakeholders. It outlines the strategic objectives of funding initiatives, emphasizing the need to address pressing social issues through comprehensive project proposals. The key themes include the promotion of partnerships in public service, the necessity for competitive and transparent bidding processes, and the expectation of measurable outcomes from funded projects. Additionally, guidelines for applicants are highlighted, such as the requirement for detailed budgets and timelines to ensure accountability and effective resource allocation. This initiative reflects the government's commitment to leveraging external expertise to fulfill community needs while adhering to rigorous evaluation processes. Overall, the document serves as a vital resource for prospective applicants seeking to navigate the framework of federal and state funding opportunities.
Feb 3, 2025, 11:05 PM UTC
The document outlines the Performance Work Statement (PWS) for the Phase II Production of the B-1B AN/ALQ-161A Defensive Avionics System (DAS). Managed by the 408th Supply Chain Management Squadron, this phase aims to restore the Band 8 jamming capability for B-1B aircraft through the remanufacturing of Driver/Transmitter units. The contractor is tasked with producing up to 153 units by remanufacturing existing serviceable equipment, managing both hardware deliverables and adherence to security protocols throughout the process. Key requirements include maintaining a robust security framework to protect classified and unclassified information, conducting acceptance testing at the contractor facility, and ensuring quality assurance measures are in place for all hardware components. The document also emphasizes the necessity of government-furnished equipment, diligent property management, and compliance with export regulations. Regular status reports and program management reviews are mandated to track progress, risks, and funding usage. Overall, this PWS conveys the stringent operational, security, and managerial standards required for the successful production and delivery of critical avionics technology to support the U.S. Air Force's defense capabilities.
Feb 3, 2025, 11:05 PM UTC
The document presents pricing matrices for two federal RFPs (SPRWA1-17-R-SAMP and SPRWA1-25-R-0003), outlining required pricing structures for various NSNs (National Stock Numbers) associated with specific contract line items (CLINs). Each CLIN includes detailed quantity ranges and associated unit prices for multiple pricing periods, spanning from the date of award through 60 months. The pricing data specifies different price tiers based on quantity, indicating expected costs for unit orders ranging from minimum to maximum quantities. For RFP SPRWA1-17-R-SAMP, the subtotal values for unit pricing demonstrate an incremental increase across quantity ranges, with total estimated costs clearly outlined. Similarly, RFP SPRWA1-25-R-0003 includes placeholders for unit prices, emphasizing the need for offerors to provide complete pricing data for all requested quantities. Important notes clarify that failure to adhere to the prescribed format or provide pricing for all quantities may lead to ineligibility for contract awards. The matrices serve to facilitate transparency, allowing evaluators to assess pricing accuracy alongside the bidding process within the framework established by federal procurement regulations.
Feb 3, 2025, 11:05 PM UTC
The document is a Request for Proposal (RFP) for the manufacture of an identified National Stock Number (NSN) item, specifically related to Contract SPE4AX-18-D-9443. It outlines acquisition details, including the solicitation number, issue date, and qualifying small business categories. The RFP sets a three-year performance period, divided into three twelve-month ordering/pricing periods, with specific instructions on pricing submission, including the necessity of a bidding matrix and a proposal adequacy checklist. The contractor must comply with quality standards like ISO 9001 and the Buy American Act. Additionally, various requirements regarding subcontracting plans, pricing structures, and mandatory compliance with FAR and DFARS guidelines are included. The RFP also emphasizes that contractors need to detail their cost structures, including direct and indirect costs, and clarify their proposed methodologies for estimating and justifying costs. This initiative aims to engage contractors in competitive bidding while ensuring adherence to federal procurement regulations and standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Request for Proposal - Digitally Controlled Oscillators and Yttrium Iron Garnet (YIG) Band Pass and Reject Filters for the AN/ALQ-161
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Digitally Controlled Oscillators (DCOs) and Yttrium Iron Garnet (YIG) Band Pass and Reject Filters for the AN/ALQ-161 system, which is critical for the sustainment of the B-1B aircraft. The contract will cover repair services for various electronic components, with a focus on maintaining operational readiness and addressing challenges related to equipment obsolescence. This procurement is expected to be sole source to Crane Electronics, but all responsible sources may submit proposals for consideration. Interested parties should direct inquiries to Olivia Mitchell at olivia.mitchell@us.af.mil or Michael Wensjoe at michael.wensjoe@us.af.mil, with the contract anticipated to have a basic ordering period of one year and four additional one-year options.
AN- ALR-56M Repair of Digitally Tuned Oscillator (DTO); NSN: 5995-01-466- 6451EW
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a five-year Firm Fixed Price Requirements Type Contract for the repair of the Digitally Tuned Oscillator (DTO) associated with the ALR-56M Weapon System, which is utilized in F-16 and C-130J aircraft. The contract will encompass one basic year and four one-year options, with a total repair quantity of 400 units and an additional 100 units designated for Tear Down, Test & Evaluation (TT&E). The DTO is a critical component of the electronic warfare capabilities of the ALR-56M Weapon System, and the government plans to conduct this acquisition through Other Than Full and Open Competition, as General Microwave Corporation is the sole source with the proprietary technical data necessary for this effort. The Request for Proposal (RFP) is anticipated to be released on or around January 24, 2025, with responses due by February 24, 2025. For inquiries, interested parties may contact Michael Wensjoe at michael.wensjoe@us.af.mil or LaEunecia Riley at laeunecia.riley@us.af.mil.
Digitally Tuned Oscillator
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for a sole source follow-on contract for the procurement of Digitally Tuned Oscillators (DTO) from General Microwave Corporation. This Firm Fixed Price (FFP) Requirements type contract is anticipated to span up to five years, with a Best Estimated Quantity (BEQ) of 140 units, emphasizing compliance with federal quality assurance standards and packaging requirements. The solicitation encourages participation from small businesses and those owned by veterans or women, ensuring competitive opportunities while adhering to legal standards such as the Buy American Act. Interested vendors should direct inquiries to Terrence Wideman at terrence.wideman.2@us.af.mil or Roberto Martinez-Perez at roberto.martinez-perez@dla.mil, with proposals due as specified in the solicitation documentation.
AIRCRAFT, B-1B LANCER; SPAR, AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of aircraft components specifically for the B-1B Lancer, including the spar and associated coil and housing assemblies. The contract will involve the delivery of 114 units of the specified items, with a production timeline of 720 days, and is classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is categorized as unrestricted and will not utilize the policies of Part 15, Contracting by Negotiation, with evaluations based on price, past performance, and other factors. Interested vendors should submit their proposals to Jenier Mitchell at jenier.mitchell@dla.mil, with the solicitation expected to be issued around April 17, 2025.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Receiver-Transmitter units, specifically NSN 5895017198361. The contract includes multiple line items, each requiring delivery to the 23rd Flight Test Squadron at the USAF supply, with a delivery timeline of 5 days after order (ADO) for each unit. These units are critical for communication and detection systems within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
UMTE Exciter, Radio Frequ
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, Utah, is soliciting bids for the procurement of three units of the UMTE Exciter, Radio Frequency, identified by National Stock Number (NSN) 5840-01-625-6969. This solicitation aims to acquire radar equipment, which plays a critical role in search, detection, navigation, and guidance systems essential for military operations. Interested contractors must adhere to stringent compliance requirements outlined in various documents, including the Contract Data Requirements List (CDRL) and engineering instructions, ensuring quality control and regulatory adherence throughout the manufacturing process. For further inquiries, potential bidders can contact Dennis Bouy at dennis.bouy@us.af.mil, with proposals expected to align with the specified timelines and quality standards.
ALR-56M (Frequency Converters)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production of Frequency Converters for the ALR-56M Advanced Radar Warning System, with a focus on enhancing defense capabilities through reliable electronic components. The contract will be structured as a firm-fixed-price agreement with a Basic Contract Period of 12 months and four additional annual ordering periods, primarily directed to General Microwave Corporation, although all responsible sources may submit capability statements for consideration. The Frequency Converter is a critical sub-component of the AN/ALR-56M Electronic Warfare Weapon System, utilized in F-16 C/D and C-130J aircraft, which plays a vital role in detecting and analyzing radio frequency signals. Interested parties should direct inquiries to Lynsey Eades at lynsey.eades@us.af.mil, and the solicitation will be available for download exclusively from SAM.gov, with no hard copies issued.
Repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF) systems. The procurement involves multiple line items, including the repair and overhaul of RF power output components for the F-16 C/D Radar, with an estimated quantity of 32 units for some items and 20 units for others, all requiring delivery within 90 days after receipt of carcass. These components are critical for maintaining the operational capabilities of the F-16 aircraft, ensuring reliability and performance in defense operations. Interested parties should contact Guillermo Rendon at guillermo.rendon@us.af.mil or Darin Rector at darin.rector@us.af.mil for further details, as electronic procedures will be utilized for this solicitation.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
Amplifier
Buyer not available
The Defense Logistics Agency (DLA) Aviation is seeking qualified suppliers for the procurement of 14 amplifiers, specifically the NSN 5996-01-433-3730, intended for use in the AN/FPQ-16 PARCS Radar system. This acquisition is restricted to qualified sources, including Pacific Electronic Enterprises, Elbit America, and Decryptor, Inc., with interested contractors required to submit a qualification package to become eligible. The procurement emphasizes compliance with military standards and includes specific requirements for First Article Testing and a Counterfeit Prevention Plan to ensure product reliability and integrity. Interested parties must submit their offers by April 30, 2025, and can contact Scottina Malia at scottina.malia@us.af.mil for further information.