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
    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
    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.
    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.
    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.
    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.
    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.
    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
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.
    B-52 AN/ARN-67 GLIDESLOPE RECEIVER -REDESIGN
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the redesign of the B-52 AN/ARN-67 Glideslope Receiver. This procurement aims to enhance the capabilities of the glideslope receiver, which is critical for the navigation and guidance systems of airborne radio navigation equipment. The successful contractor will be expected to deliver innovative solutions that meet the stringent requirements of military aviation. Interested parties should reach out to Mustapha Ceesay at mustapha.ceesay@us.af.mil or call 478-926-5138 for further details regarding this sources sought notice.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    1560-01-316-5647 - SHEET,CIRCUIT ANALO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 438 units of the Circuit Analog Sheet (NSN: 1560-01-316-5647) for the B-1B aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm-fixed-price contract with other than full and open competition. The delivery of the production units is expected within 406 days, with the point of delivery being at destination, and inspections and acceptance occurring at the origin. Interested vendors should note that the solicitation will be available on or around February 18, 2025, and can be accessed via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
    Transmitter, Pressure, [WSDC: 04F]. End Item: Aircraft, Stratofortress B-52 PR: 7003343369 NSN: 6620-006013885, IAW P/N: 4028T52P02 and P/N: 418-05044
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 108 units of a Pressure Transmitter, specifically for the Aircraft Stratofortress B-52, under NSN 6620-006013885. This solicitation is aimed at obtaining a firm fixed price contract, with the original equipment manufacturers identified as Ontic Engineering and Manufacturing and Meggitt (Orange County), Inc., both of which are approved sources for the required part numbers. The contract is significant for maintaining the operational capabilities of the B-52 aircraft, with a delivery schedule of 264 days after receipt of order. Interested vendors should note that the solicitation is expected to be issued around February 12, 2025, with proposals due by March 14, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    NSN: 6110-00-893-2349HY Noun: FREQUENCY REFERENCE Part Number: 690396
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a firm fixed-price contract to supply Frequency Reference units, specifically designed for B-52 and KC-135 aircraft applications. The procurement involves an estimated quantity of 14 units, with a delivery deadline set for May 6, 2025, and the solicitation is expected to be released on March 3, 2025, closing by April 3, 2025. This equipment is critical for ensuring the operational readiness of military aircraft, and the procurement is limited to qualified sources, specifically Hamilton Sundstrand, under 10 U.S.C. 2304(c)(1). Interested parties should direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or call 405-734-8120, and must respond within 15 days to express their interest in the opportunity.
    Amplifier
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting quotes for the procurement of an amplifier assembly for the AN/FPQ-16 PARCS Radar system, a critical component in defense operations. The procurement requires compliance with military standards, including First Article Testing and adherence to the Buy American Act, ensuring quality and reliability in the supply chain. The selected contractor will be responsible for delivering the amplifier assembly, with a submission deadline for quotes set for March 13, 2025, and a requirement for electronic submissions of various documentation, including a Counterfeit Prevention Plan and engineering data. Interested vendors should contact Scottina Malia at scottina.malia@us.af.mil for further details.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    ALR-56M Frequency Converter Buy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of the ALR-56M Frequency Converter, a critical electronic component identified by NSN 5963016045192EW. This frequency converter is essential for various electronic functions and is characterized by its corrosion-resistant metal casing, lightweight design, and specific dimensions, highlighting its importance in frequency conversion applications within defense operations. Interested vendors must adhere to strict transportation and packaging requirements, including compliance with military standards and submission of necessary documentation, with inquiries directed to Broderick Lowe or Kylie Ordoyne via their provided email addresses. The procurement process emphasizes the need for timely and compliant submissions, ensuring that all contractors are well-informed of their obligations under this federal contract.