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
    Apache Helicopter Maintenance Training Hardware, Virtual Reality, and Courseware as a Turn-Key Solution
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Redstone (ACC-RSA), is seeking sources to provide a comprehensive turn-key solution for Apache Helicopter maintenance training, which includes physical maintenance trainers, virtual maintenance trainers, and associated courseware. The requirement encompasses various training devices for the AH-64E Apache Helicopter, including Longbow Procedural Trainers and Maintenance Test Pilot Courseware, aimed at enhancing the skills of maintenance students in both physical and virtual environments. This initiative is crucial for ensuring the effective training of personnel responsible for the repair and maintenance of complex aircraft systems. Interested vendors are invited to submit their capability statements and relevant information to Charles D. Miller at charles.d.miller2.civ@army.mil by 3 p.m. Central Time on February 28, 2025, as this sources sought notice is part of market research to assess interest and capability for a potential future procurement.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to provide Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 system, as outlined in the presolicitation notice FA8540-24-R-0007. The procurement focuses on comprehensive management, engineering, production, repair, and logistics support for the LITENING Advanced Targeting Pod System (LTPS) over a potential ten-year period, with an emphasis on maintaining a 92% availability rate and ensuring compliance with military specifications. This contract is critical for sustaining operational readiness and effectiveness of military operations, highlighting the importance of rigorous quality management and data compliance. Interested contractors should submit their proposals, including detailed cost breakdowns and compliance documentation, by May 1, 2025, and may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.
    UH-64 parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting offers for the procurement of parts related to the UH-64 Apache helicopter, under a sole source solicitation awarded to Boeing. The Request for Quote (RFQ) W912NW25Q0026, issued on January 13, 2025, outlines the need for specific components such as a blanket assembly, condenser coil, and various fittings, all of which must be manufactured according to detailed drawings and quality standards to ensure military readiness. This procurement is critical for maintaining operational capabilities of the Apache fleet, and the acquisition is set aside for small businesses, including those owned by veterans and women, with offers due by 4:00 PM on January 27, 2025. Interested parties can reach out to primary contact Edward Chilson at edward.a.chilson.civ@army.mil or secondary contact Archie Covington at archie.l.covington2.civ@army.mil for further information.
    Pilot Training Transformation Device Support Services III
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking vendors to provide support services for the Pilot Training Transformation Device Support Services III. This procurement aims to maintain and enhance advanced pilot training devices, including immersive training devices (ITDs) and associated software, across six Air Force bases, ensuring operational availability and effective integration of technology. The initiative is crucial for improving military pilot training capabilities through innovative commercial technologies, emphasizing compliance with security regulations and collaboration with government representatives. Interested vendors must submit their qualifications and responses to the Request for Information by February 28, 2025, to Gregory E. Olivar at gregory.olivar.1@us.af.mil or Jessica Santos at jessica.santos@us.af.mil.
    W58RGZ-25-RFI-AESA: Request for Information (RFI) for Active Electronically Scanned Array (AESA) Radar
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Program Executive Office for Aviation, is seeking information regarding Active Electronically Scanned Array (AESA) Radar technologies for potential in-flight demonstrations on various military aircraft, including the AH-64 Apache helicopter. The objective is to gather insights on AESA capabilities such as fire control, terrain avoidance, and support in degraded visual environments, with a focus on integrating these systems into existing platforms. This initiative is crucial for enhancing aerial combat capabilities and operational effectiveness across multiple rotary and fixed-wing aircraft. Interested vendors are encouraged to submit their capabilities and readiness for demonstration, with inquiries directed to Nathan D. Johnson at nathan.d.johnson106.civ@army.mil or Jarrod R. Weeks at jarrod.r.weeks.civ@army.mil. The RFI is not a competitive proposal request but serves as market research for future acquisition planning.
    Test Sequence and Timing System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors to replace the current Test Sequence and Timing System at Arnold Air Force Base (AFB) in Tennessee. This Sources Sought Notice aims to identify both small and large businesses capable of meeting the project requirements, which are detailed in confidential attachments available to qualified entities. The procurement is crucial for enhancing operational capabilities at Arnold AFB, and interested parties must submit their company details, including their SAM Unique Entity Identifier (UEI) and CAGE Code, by 1:00 PM Central Time on February 26, 2025. For further inquiries, vendors can contact Bailey Deason or Brooke Vandeman via email at bailey.deason@us.af.mil and brooke.vandeman@us.af.mil, respectively.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Advance Control Tester (ACT) II Repair
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    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.
    Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of Flight Test, Telemetry and Termination (FT3) Flight Test Kits, which are essential for supporting the Air Force Global Strike Command's Minuteman III Intercontinental Ballistic Missile (ICBM) Operational Test Launch Program. The procurement aims to establish a contract for the delivery of flight test kits that integrate capabilities for range tracking, missile telemetry, and flight termination, with a requirement for just-in-time deliveries aligned with a five-year flight test schedule. This initiative is critical for ensuring the operational effectiveness and reliability of the ICBM system, with an anticipated delivery timeline beginning October 1, 2030, and ongoing support through the life of the MMIII ICBM Weapon System, projected until approximately 2040. Interested parties must respond to the Sources Sought notice by February 24, 2025, and can direct inquiries to Brad Vargo at 801-775-3700 or via email at bradley.vargo.1@us.af.mil.