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
    AN/ALQ-161 Radio Frequency (RF) Amplifier
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Warner Robins, Georgia, is seeking to award a contract for the AN/ALQ-161 Radio Frequency (RF) Amplifier, specifically designed for the B1-B Aircraft. This procurement will involve a single Indefinite Delivery/Indefinite Quantity contract, which includes a First Article Requirement and will be awarded through full and open competition among responsible sources. The contract is structured with a basic 12-month ordering period and four additional 12-month periods, with estimated quantities totaling 14 units over the contract's duration. Interested vendors should prepare to submit their bids in response to the forthcoming Request for Quote (RFQ) SPRWA1-25-Q-0001, which is expected to be posted within 30 days. For further inquiries, potential bidders can contact Terrence Wideman at terrence.wideman.2@us.af.mil or by phone at 478-468-6475.
    AN/ALQ-161 Radio Frequency (RF) Amplifier
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for the procurement of the AN/ALQ-161 Radio Frequency (RF) Amplifier, with operations based at DLA Aviation in Warner Robins, Georgia. This solicitation aims to acquire electronic countermeasures equipment critical for enhancing military capabilities in electronic warfare. The RF Amplifier plays a vital role in ensuring effective communication and operational effectiveness in various defense applications. Interested vendors can reach out to Terrence Wideman at terrence.wideman.2@us.af.mil or call 478-468-6475 for further details regarding the procurement process.
    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.
    TIP,AIRCRAFT/ 04F, 56F / B-1B BOMBER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide aircraft parts for the B-1B Bomber under a presolicitation notice. The procurement involves an indefinite quantity contract (IQC) for the part identified as TIP, AIRCRAFT, with an estimated annual quantity of 36 units, to be delivered within 228 days after order placement. This contract is crucial for maintaining the operational readiness of military aircraft, and it requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around January 21, 2025, and should direct inquiries to Michael Kershaw or Leslie Adams via the provided contact information.
    SOLE SOURCE – AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs) Exercise Option Year One
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to exercise Option Year One for the sole source contract related to the AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs). This procurement involves providing on-site FSRs and off-site engineering support for the AN/ALQ-249 system at various locations, including Naval Air Station Patuxent River and international sites, ensuring operational readiness and maintenance of the system. The contract is critical for maintaining the capabilities of the U.S. Navy's electronic warfare systems, with Raytheon Company identified as the sole source due to its proprietary data and expertise. Interested parties may submit capability statements by February 6, 2025, at 12:00 PM Eastern, and should direct inquiries to David Harrell at david.l.harrell38.civ@us.navy.mil.
    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.
    F-16 Transmitter, Angle
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of one unit of the F-16 Transmitter, Angle, identified by NSN: 6610-01-253-1448. The procurement is set aside for small businesses and requires adherence to specific military standards for preservation, packaging, and marking, as outlined in the accompanying Statement of Work and engineering data requirements. This transmitter is a critical component for the F-16 aircraft, emphasizing the importance of compliance with safety and performance standards in defense manufacturing. Interested contractors should direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil, with a bid submission deadline of February 24, 2025, and must ensure their quotations remain valid for 120 days.
    UTML; Sole Source to OPDT
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 206 units of a specific part (NSN 1440-01-661-3066, P/N 13710835) to support the Improved Bradley Acquisition Subsystem (IBAS) and TOW Weapon system. This acquisition is part of a long-term contract initiative, with pricing required for the period from March 2025 to March 2026, emphasizing the importance of compliance with federal acquisition regulations and detailed cost breakdowns. Proposals must be submitted by February 7, 2025, and all communications should be directed to designated DLA personnel to avoid conflicts of interest. Interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
    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.
    F-16 Transmitter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of F-16 transmitters, specifically requiring parts manufactured by qualified sources such as Honeywell and Lockheed Martin. This acquisition is critical for maintaining operational integrity in military aircraft, as the components are essential for measuring and controlling various process variables. Interested contractors must submit a qualification package to demonstrate their capability to meet stringent engineering and manufacturing standards, with a focus on compliance with military packaging and documentation requirements. For further details, potential bidders can contact Michelle Mihu at michelle.mihu@us.af.mil, and they should refer to the attached documents for specific guidelines and requirements related to the proposal submission process.