Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
ID: FA462524Q1124Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.

    Files
    Title
    Posted
    The document outlines a Sole Source Justification for a contract awarded by the 509 Contracting Squadron at Whiteman AFB for Safran Data Systems' rugged data storage and control modules required for B-2 aircraft data collection. The acquisition, estimated to be between the Simplified Acquisition Threshold (SAT) and $750,000, justifies the lack of competition due to the necessity for exact replacements that only Safran provides, as no suitable substitutes exist. The document includes the statutory authority permitting this sole-source approach, alongside efforts made to explore potential vendor options, including marketplace research through SAM.gov and other platforms, which yielded no additional competitors. The Contracting Officer certifies that the procurement's cost will be fair and reasonable, and a requirement exists for ongoing market evaluation for future acquisitions. The overall goal is to ensure the successful integration of the specified modules with the B-2 systems, supporting effective data transmission for engineering analysis.
    The 72nd Test and Evaluation Squadron (ACC) at Whiteman Air Force Base is seeking authorization for a sole-source purchase of specific telemetry equipment from Safran Data Systems for B-2A aircraft. The requisition includes various models of rugged data storage and MDR8 control modules, which are essential for airborne data collection during critical development evaluations of the aircraft. The justification for this procurement cites 10 U.S.C. 2304(c)(1), allowing for exceptions to full and open competition due to the lack of alternative sources, as Safran Data Systems is the sole manufacturer and has no distributors for these products. The failure to procure these items would jeopardize the squadron's data collection capabilities, vital for operational effectiveness and developmental objectives. The memorandum, dated August 28, 2024, is signed by Lt. Col. Stephen J. Bressett, confirming the necessity and accuracy of the request.
    The 72d Test Evaluation Squadron (TES) at Whiteman Air Force Base seeks to procure additional equipment from Safran Systems to enhance data sharing capabilities for the B-2 aircraft. This equipment will form part of an avionics data collection system essential for both operational and developmental flight tests. The procurement aims to allow the integration of compiled avionics data with range control rooms for engineering review, following standard protocols for flight tests. Safran Systems is tasked with delivering several modules, including the SHS511 series and other specified components, equipped with the latest software for immediate deployment. The delivery timeline is set to conclude by December 31, 2025, and all equipment will come with warranties and necessary legal service provisions. This initiative emphasizes the importance of reliable data sharing for flight testing and ensures the operational readiness of the B-2 aircraft through efficient data collection and analysis.
    Lifecycle
    Similar Opportunities
    Repair of B-2 Disk Drive Unit (DDU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.
    B-2 Inlet and Exhaust Covers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to manufacture, test, and deliver custom-engineered inlet and exhaust covers for the B-2 aircraft, under solicitation number FA462524Q1118. The contract requires the production of 26 sets of these covers, which are critical for maintaining the aircraft's integrity during storage and maintenance, ensuring mission readiness and safety for maintenance personnel. Interested vendors must comply with stringent quality assurance measures and operational security protocols, with quotes due by September 18, 2024, and delivery to Whiteman Air Force Base, Missouri. For further inquiries, potential bidders can contact Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
    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.
    NSN 1620-005131904, ADAPTER TRANSMITTER, WSDC: 04F, STRATOFORTRESS B-52 AIRCRAFT.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Adapter Transmitter (NSN 1620-005131904) for the Stratofortress B-52 aircraft. This procurement is for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 336 days after order placement. The Adapter Transmitter is critical for aircraft operations, necessitating compliance with military specifications and standards, and is subject to stringent source approval processes as outlined in the Aviation Source Approval and Management Handbook. Interested parties should contact Tatjana Vaughan at tatjana.vaughan@dla.mil or 804-279-2727, and the solicitation will be available on or about September 4, 2024, via the DLA Internet Bid Board System (DIBBS).
    B-2 RAZR Programming and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking qualified contractors for the B-2 RAZR Programming and Maintenance project, aimed at adapting the Resonant Adaptable Zonal Radar (RAZR) system for radar cross-section (RCS) measurement of B-2 aircraft components at Hill Air Force Base. The primary objectives include evaluating existing equipment, integrating it with the RAZR system, and developing functional operational setups for data collection, with initial operations planned in Building 1424 and a relocation to the Composite Aircraft Antenna Calibration Facility (CAACF) expected by September 2025. This contract is crucial for enhancing RCS testing capabilities while ensuring compliance with safety and environmental regulations, as well as providing necessary training for government personnel. Interested parties should direct inquiries to Lt. Quinn Walsh at quinn.walsh.2@us.af.mil by September 16, 2024, and refer to the updated Draft Statement of Work for further details.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to contract for the testing, training, and evaluation (TT&E) as well as the overhaul of the B-2 Fuel Temperature Control Valve Assembly. This procurement involves a firm fixed-price contract that includes specific Contract Line Item Numbers (CLINs) for TT&E, overhaul, additional services, and data, with a requirement for two units to be delivered monthly following the order. The valve assembly plays a critical role in directing hot fuel to cooling valves, and the contract is set for a one-year duration, with the solicitation expected to be released around September 20, 2024, and responses due by October 21, 2024. Interested vendors should note that the contract will not adhere to commercial item acquisition policies and must comply with specific qualification requirements; for further inquiries, contact Amy Gil at amy.gil@us.af.mil.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
    B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.