Satellite Repair Parts
ID: FA527024QA203Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of satellite repair parts, particularly the Hawkeye III Lite, X-Band System 40W. This opportunity is part of a total small business set-aside initiative and aims to ensure the availability of critical components necessary for satellite operations. Proposals must be submitted by September 18, 2024, and should include pricing for the specified item, with the contract awarded to the lowest-priced, technically acceptable offer. Interested vendors can contact Aisha B Nance at aisha.nance@us.af.mil or SrA Tyler Sapiens at tyler.sapiens@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) FA5270-24-Q-A203 issued by the U.S. government for the procurement of new L3Harris Hawkeye Satellite parts, specifically targeting small businesses. Proposals must be submitted by September 18, 2024, and must include pricing for the specified item—Hawkeye III Lite, X-Band System 40W. Registrations in the System for Award Management (SAM) are mandatory for bidders. The award will go to the lowest-priced, technically acceptable offer. Essential provisions and clauses apply, including requirements related to fraud, whistleblower rights, and financial availability. Contractors are instructed to use U.S.-flag vessels for transportation, and item unique identification is required for accountability in the supply chain. The filing emphasizes compliance with various regulatory standards and necessitates proposals for every line item listed. Overall, the RFQ facilitates the acquisition of necessary satellite parts while ensuring adherence to federal procurement regulations, fostering participation from small business entities.
    The government document dated 12 September 2024 is a Request for Information (RFI) concerning a solicitation identified as FA527024QA203, related to satellite repair parts. The document is structured with sections for questions and answers, although no specific inquiries or responses are provided within the file. The purpose of this RFI is to gather insights and information from potential suppliers or contractors that could assist the federal government in acquiring necessary satellite repair parts. It signals an openness to stakeholder feedback, demonstrating the government’s intent to source effectively and possibly refine their requirements based on industry input. As part of a broader strategy under federal RFP and grant processes, this document exemplifies the government's efforts to promote transparency and efficiency in procurement practices while engaging with potential vendors in the defense sector. Overall, this RFI serves as a preliminary step in the procurement cycle, illustrating the government's engagement with the industrial base to ensure the availability and reliability of critical components for satellite operations.
    Lifecycle
    Title
    Type
    Satellite Repair Parts
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Starlink Flat Panel High Performance Terminal Kit and Accessories.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of Starlink Flat Panel High Performance Terminal Kits and associated accessories under solicitation number FA664824Q0020. This requirement is a total small business set-aside and aims to enhance military communications by providing reliable high-speed, low-latency internet in remote areas, which is critical for operational efficiency. The procurement includes specific items such as terminal kits, adapters, cables, and activation fees, with a focus on Starlink products as the sole provider of this specialized satellite service. Interested vendors must submit their quotes by September 20, 2024, at 11:00 AM EST, and can contact Sandy Guite at sandy.guite@us.af.mil for further information.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    APY-1/2 (Radar on E-3 AWACS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the repair of the AN/APY-1/2 Waveguide Switch avionics component, critical for the E-3 Airborne Warning and Control System. The contractor will be responsible for depot repair services, ensuring compliance with quality standards and managing Product Quality Deficiency Reports (PQDR) while maintaining strict turnaround times of 10 days for Mission Incapable (MICAP) and 8 days for Surge repairs. This procurement is vital for sustaining the operational availability and reliability of essential defense systems. Interested vendors should contact Michael D. Turk at michael.turk.6@us.af.mil or 478-320-0766 for further details, with proposals due in accordance with the outlined timelines in the Request for Quotation (RFQ) FA8539-24-Q-0004.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    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.
    FA462524Q1130, Applied Avionics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of avionic LED switch assemblies from Applied Avionics, as outlined in solicitation FA462524Q1130. This acquisition aims to secure 33 flight-qualified pieces of equipment essential for the B-2A aircraft, which will enhance the integration of data collection systems and improve the efficiency of flight test data sharing. The procurement is critical for maintaining operational efficiency and supporting aerospace testing operations vital to national defense, with a delivery deadline set for December 31, 2025. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    IFF Transponder Package
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSBs) for the supply of IFF Transponder Packages, which include antennas and associated shipping services. The procurement aims to meet the operational requirements for integration with Group 1 and 2 Unmanned Aircraft Systems (UAS), necessitating specific technical characteristics such as AIMS certification, compatibility with Mode 3/C and ADS-B Out, and adherence to defined physical dimensions and power specifications. This initiative underscores the importance of supporting small businesses in military logistics while ensuring compliance with federal acquisition regulations. Interested parties should refer to solicitation number FA491324Q0004 and contact Oisin Doyle at oisin.doyle.1@us.af.mil for further details, with submissions due by the specified deadlines.
    Ultra High Frequency Radios
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from small businesses to supply Ultra High Frequency (UHF) radios, including receivers and transmitters, for use at Keesler Air Force Base in Mississippi. The procurement aims to replace outdated radio systems at the Weather Operations Desk, with specific requirements outlined in the attached technical specifications, including operating frequencies, power output, and necessary accessories. This initiative is crucial for maintaining effective communication systems essential for air traffic management and operational safety. Interested vendors must submit their proposals by September 20, 2024, at 2:00 PM, and can direct inquiries to primary contact Samantha I. Conger at samantha.conger@us.af.mil or secondary contact Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.
    L3Harris Radios
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide L3Harris radios under a Combined Synopsis/Solicitation notice. The procurement involves a total small business set-aside for specific radio equipment, including two AN/PRC-152A(V)4 radios with GPS capabilities, battery packs, a charger, and a USB/KDU kit, which are critical for ensuring reliable communication in various operational environments. This initiative represents a new contract opportunity, encouraging competitive bidding from small businesses, as there is no incumbent contractor currently providing these services. Interested vendors must submit their quotes by September 23, 2024, to the designated contacts, Jenna Jacobson and Anne Beach, via email, adhering to the outlined requirements and evaluation criteria focused on price and technical acceptability.
    HPOI TUNER SPLI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the HPOI TUNER SPLI. This procurement involves the repair turnaround time (RTAT) for specific electronic countermeasure equipment, with a focus on ensuring compliance with operational and functional requirements as outlined in the contract specifications. The successful contractor will be responsible for all inspection and quality assurance measures, with the expectation of a firm-fixed-price contract that may include options for increased quantities. Interested parties should direct inquiries to Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL, with proposals due by the specified deadline.