ILTE Product Support for AH-64 FOTE II
ID: W900KK-17-R-0022Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

PSC

MISCELLANEOUS (99)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.

    Point(s) of Contact
    Dorothy A. BryantContract Specialist
    (407) 384-5163
    (407) 384-5248
    dorothy.a.bryant6.civ@mail.mil
    Iain SkeeteContracting Officer
    (407) 208-3347
    (407) 384-5248
    iain.skeete.civ@mail.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    PM Tactical Radio Vehicle Installation Kits­ Production II
    Active
    Dept Of Defense
    The Department of Defense is issuing a Request for Information (RFI) to gauge industry capabilities for a potential contract to manufacture radio installation kits. This market research is exploratory and does not guarantee a future Request for Proposal. The focus is on procuring production installation kits for integrating tactical radios into Army vehicles, with an anticipated five-year effort. The contract would involve fabricating kits based on existing Product Level Technical Data Packages (TDPs) provided by the government, with potential inclusion of future TDPs. The scope of work involves: Fabrication of installation kits using TDPs, including Bills of Materials, data sheets, Computer-Aided Drawings, and vendor specs Potential inclusion of future TDPs from various Army platforms Ability to manage risks associated with obsolescence, tight schedules, subcontractors, and long lead times The following quantities are estimated for the production installation kits: FY25: 2,400 FY26: 2,500 FY27-FY29: 2,000 per year To participate, vendors must sign a Non-Disclosure Agreement to access a sample TDP and respond to the RFI. Responses should include: Technical white paper (10 pages) outlining approaches to technical requirements Capabilities white paper or briefing (5 pages) covering: Company profile Experience with similar DoD efforts Certifications in ISO9001 and AS9100D Production and financial capabilities Ability to staff the effort Interested parties should submit their responses within 45 days of the RFI's publication. The government is currently considering a Firm Fixed Price contract for this effort. For clarity, potential applicants should direct questions to the points of contact provided: Nikiya Walden at nikiya.s.walden.civ@army.mil or 520-671-1321, and Sharon Peterson at sharon.a.peterson15.civ@army.mil or 520-671-4110.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    ALR-56M Amplifier/Detector, Log Video Repair (5996-01-365-5065EW)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of providing depot-level testing and repair for the ALR-56M Amplifier/Detector, Log Video (NSN: 5996-01-365-5065EW). The government seeks expertise and capabilities to meet stringent qualification requirements, as the original equipment manufacturer, AKON, Inc., is currently the only known source with the necessary technical data and experience to fulfill this requirement. This component is critical for the operational readiness of military aircraft, including the F-16 C/D and C-130J A/C, and is procured as needed to support depot repair operations. Interested parties, both small and large businesses, are encouraged to submit their qualifications by September 19, 2024, to Michael Wensjoe or Kylie Ordoyne via email, as participation in this survey does not guarantee future contract opportunities.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    Small Unmanned Aircraft System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought announcement to identify potential sources for a Small Unmanned Aircraft Survey System. The required system must meet specific characteristics, including compliance with the National Defense Authorization Act (NDAA), autonomous flight capabilities with obstacle avoidance, and advanced imaging features such as a high dynamic range (HDR) camera with 4K resolution. This procurement is crucial for enhancing operational effectiveness in various mission requirements, ensuring adherence to federal regulations. Interested parties must submit their responses by 1:00 PM CST on September 9, 2024, to the primary contacts, Ty Le and Kimberley L. Alvarez, via the provided email addresses, including necessary company information and product literature.
    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.
    ALR-56M Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the depot-level testing and repair of the ALR-56M system components, specifically NSNs 5963-01-362-9731EW and 5955-01-362-4598EW. The government seeks qualified DoD and U.S. DoD Contractors with the necessary expertise, capabilities, and experience to meet stringent qualification requirements, as the original equipment manufacturer, Narda Holdings, Inc., maintains exclusive rights to the technical data required for these repairs. The ALR-56M system is critical for use on military aircraft such as the F-16 C/D and C-130J A/C, and the government emphasizes that participation in this market research does not guarantee future contract awards. Interested parties should contact Lynsey Eades at lynsey.eades@us.af.mil or Marci Barton at marci.barton@us.af.mil for further details, and responses to the Request for Information must adhere to specified guidelines and deadlines.
    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.