Radio Distribution System (RDS)
ID: FA8730-24-RDS-001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8730 KESSEL RUN AFLCMC/HBBKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Radio Distribution System (RDS): The Department of the Air Force is conducting market research to determine potential business sources for the development of software for the Radio Distribution System (RDS). The RDS is used to meet the DoD Microsoft Operating System mandates from the United States Air Force Chief Information Officer (CIO) and for the continued sustainment of the RDS version 2.X (v2.X) baseline to maintain security and functionality. The scope of this contract includes conducting a technical refreshment, adding an additional RDS to a new location, and sustaining the RDS at all Air Operations Center (AOC) sites. The RDS shall be an internet protocol (IP) based, single security level, standalone system that is compatible with the current systems installed at AOC sites. The anticipated period of performance is 1-3 years with possible options. The contractor shall maintain a secure facility co-located with the RDS work area and shall engineer and integrate the most current Windows Operating System with the recommended lockdowns and Security Technical Implementation Guide (STIGs) required for operations and accreditation of the RDS v2.X hardware, operating systems, and application software. The contractor shall also provide sustainment support for the RDS v2.X baseline, including engineering, help desk, installation, training, testing, and cybersecurity support.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    RDS Legacy Probe Interface Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the procurement of RDS Legacy Probe Interface Cables. The primary objective is to acquire compatible interface cables that will connect the legacy Thermo Fisher Scientific Frisker Probe, DT-304/PDR, to the new Radiological Detection System (RDS), which is crucial for enhancing radiological detection capabilities. This procurement will result in a Single Award Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested vendors must register in the System for Award Management (SAM) and the PIEE Solicitation Module to participate, and they can request additional attachments by contacting Melinda Havens at melinda.s.havens.civ@us.navy.mil. Proposals must be submitted electronically via the PIEE Solicitation Module by the specified deadline.
    Integrated Information Management Systems and Information Technology Support Services (IIMS-ITSS)
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking potential sources for integrated information management systems and information technology support services (IIMS-ITSS). These services are vital to the mission of the Joint Staff Support Center (JSSC) to conduct Command, Control, and Communications (C3) operations for the Chairman of the Joint Chiefs of Staff (CJCS). The services enable Nuclear Command and Control (NC2) and National Military Command and Control (NMC2) required to execute National Military Command System (NMCS) Mission Essential Functions. The required support services include systems administration, network administration and monitoring, database administration, data management, 24/7 IT service desk, multimedia production, cyber security, and Continuity of Operation (COOP) support critical to fulfilling JSSC mission responsibilities. The anticipated period of performance is from 15 Jan 24 to 14 Jan 29, with the anticipated place of performance being the Pentagon and Site R – Raven Rock Complex, PA.
    RFI: Space Security and Defense Program (SSDP), Space Domain Awareness (SDA) Division, Space Domain Awareness Capabilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking information through a Request for Information (RFI) regarding capabilities and services related to Space Domain Awareness (SDA) as part of the Space Security and Defense Program (SSDP). The objective is to gather innovative and proven concepts that can effectively address threats in a dynamic space environment, with a focus on support to fires, surveillance of man-made objects, intelligence and reconnaissance, and environmental monitoring for the years 2030 to 2040. This initiative is crucial for enhancing the United States Space Force's operational capabilities and ensuring effective space operations. Interested parties must submit their concepts by November 14, 2024, to the designated email address, SpOC.SWAC.RFI@spaceforce.mil, and are encouraged to follow specific submission guidelines outlined in the RFI.
    Multifunctional Information Distribution System (MIDS) Weapons Data Link (WDL) Small Weapons Attritable (SWARMM) Family 2 (SF2) Radio Development and Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is issuing a Request for Proposal (RFP) for the development and procurement of National Security Agency (NSA) certified Multifunctional Information Distribution System (MIDS) Weapons Data Link (WDL) Small Weapons Attritable (SWARMM) Family 2 (SF2) Radios. This procurement aims to provide Systems Engineering and Integration (SE&I) sustainment and development support for the MIDS WDL SF2 terminal, which plays a critical role in enhancing military communication capabilities. The government anticipates awarding a Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should direct any inquiries to Contract Specialist Damon R. Griffin at damon.r.griffin.civ@us.navy.mil or by phone at 619-797-6221.
    Guam Defense System (GDS) Integrated Battle Management REQUEST FOR INFORMATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) regarding the Guam Defense System (GDS) Integrated Battle Management. The GDS Joint Program Office is seeking insights from both small and large businesses on their capabilities to develop an integrated battle manager that can effectively operate with existing Integrated Air and Missile Defense (IAMD) command and control systems, focusing on engagement coordination functions. This initiative is critical due to Guam's strategic importance, necessitating advanced air and missile defense capabilities to address various threats, including ballistic, hypersonic, and cruise missiles. Interested parties must submit their responses by October 4, 2024, at 12:00 p.m. Central Time, and can direct inquiries to Hillary S. Roy or Sydney Horn via their provided email addresses.
    Rapid Sustainment Office (RSO) Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: The Rapid Sustainment Office (RSO) is seeking innovative technology advances and solutions to reduce Air Force sustainment and operational costs, improve mission readiness, and expand Air Force capabilities. This Commercial Solutions Opening (CSO) serves as the overarching solicitation, with specific Calls to be published at the RSO's discretion. The CSO will remain open for Calls until September 30, 2022, and can result in the award of FAR Part 12 Contracts or Other Transaction Agreements (OTAs) under 10 USC 2371b. The RSO is interested in responses from traditional and nontraditional defense contractors, large and small businesses, and research institutions. The CSO aims to streamline the acquisition process, reduce timelines, and acquire new, innovative solutions to meet the RSO's Technology Focus Areas. Interested parties should monitor the Special Notice and the RSO website for updates and specific calls.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    RFeye Spectrum Maintenance Hardware and Software License Renewal and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking quotes for the renewal and support of RFeye Spectrum Maintenance hardware and software licenses. This procurement aims to ensure the continued operation of the CRFS Monitoring System, which is critical for the West Desert Test Center's Data Sciences Division, by providing necessary maintenance, repair, and training services. The contract emphasizes the importance of maintaining compatibility with existing systems, as alternative equipment would lead to significant costs and delays. Interested vendors must submit their quotes by September 20, 2024, and can contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil for further information.
    Long Range Radar- Enhanced (LRR-E) - SSN/RFI - Reopener
    Active
    Dept Of Defense
    The US Army is seeking information from businesses for sustainment and engineering services related to the Long Range Radar-Enhanced (LRR-E) system, an intelligence, surveillance, and reconnaissance technology. They require industry support for the Northrop Grumman-developed LRR-E system, including lifecycle management and potential future acquisitions. Businesses capable of assisting with the Army's LRR-E program are invited to respond with company and capability details, aiming to establish the scope of industry involvement and determine acquisition strategies. This is a sources sought notice; no proposals or bids are being requested at this stage. The Long Range Radar-Enhanced system is vital for the Army's aerial intelligence gathering, specifically for Synthetic Aperture Radar and Moving Target Indication operations. With three systems already procured, the Army seeks continued support and potential additional acquisitions. Responses to this notice are due by 1pm ET on October 16th and should be sent to Eric.J.Roberts48.civ@army.mil.
    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.