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
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking sources for the Carrier Drive Assembly, a critical component for the AH-64D and AH-64E Apache Attack Helicopters. This sources sought notice aims to identify potential suppliers capable of providing a minimum of 14 to a maximum of 288 units over a five-year long-term contract, with the assembly serving as the interface between the aircraft's ammunition magazine and the linkless ammunition conveyor. The Government does not possess the Technical Data Package (TDP) for this assembly, and interested contractors must comply with the Source Approval Program, which includes vehicle level qualification testing at their own expense. Responses to this notice are due by June 20, 2025, and inquiries can be directed to Jon Machacek at jon.machacek@dla.mil or by phone at 586-467-1179.
    Combined Synopsis/Solicitation - RT-5000 Radio Receiver (NSN 5821-01-552-8993HL; PN 3H1230-10)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure RT-5000 Radio Receivers (NSN 5821-01-552-8993; PN 3H1230-10) to support the USAF TH-1H Special Operations Forces helicopter program. This tactical airborne VHF frequency modulation transceiver is required to meet original equipment manufacturer specifications and consolidate multiple radios into a single system, ensuring operational efficiency. The procurement will be conducted as a sole source acquisition from Chelton Avionics, Inc., as they are the only approved manufacturer capable of meeting the unique requirements, with a firm fixed price contract anticipated. Interested parties must express their interest and capability by July 16, 2025, by contacting Todd Stimus at todd.stimus@us.af.mil or Roberto Martinez-Perez at roberto.martinez-perez@dla.mil.
    Repair of the Direction Finder Control, Transponder Control and the Receiver Transmitter Control
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the repair of the Direction Finder Control, Transponder Control, and Receiver Transmitter Control. The government seeks entities with the necessary repair data, expertise, and capabilities to meet the qualification requirements for these repairs, which are currently performed exclusively by Executive Instruments, INC, due to proprietary data constraints. This procurement is critical for maintaining the operational integrity of military systems, and the government plans to issue a five-year contract with projected annual repair quantities. Interested parties, both large and small businesses, are encouraged to submit their capabilities and past experiences by June 23, 2025, and may contact Tosha L. Taylor at tosha.taylor.2@us.af.mil or Shawna Barrett at shawna.barrett.1@us.af.mil for further information.
    Deployable Air Traffic Control Towers (DATCT)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding the Deployable Air Traffic Control Towers (DATCT) to enhance air traffic control capabilities for military and civilian operations. The DATCT systems must be robust, capable of global deployment under various weather conditions, and support the Agile Combat Employment (ACE) Concept of Operations, with plans to procure up to eighteen systems to replace existing Air National Guard and Air Combat Command tower vehicles. Interested vendors are encouraged to submit capability statements detailing their expertise, ability to meet the specified requirements, and past experience with similar contracts, with inquiries directed to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil. This opportunity is currently a Sources Sought notice, and no solicitation is available at this time.
    F-16 Blk 50 CEESIM VPX
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of the CEESIM-VPX, a specialized hardware component designed for use in the F-16 Block 50 Software Integration Lab to support Electronic Warfare systems testing. This equipment, characterized as a 2-channel, 4-port, 2-40 GHz chassis emitter generation rack, is crucial for simulating multiple radio frequency emitters to replicate combat conditions during Operational Flight Program testing. Interested vendors must submit their quotes by June 19, 2025, and direct any questions to Audrey Lee at audrey.lee.3@us.af.mil, with a deadline for inquiries set for June 2, 2025. Compliance with Federal Acquisition Regulation clauses and adherence to small business classifications are emphasized in the solicitation documents.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System, with the intent to award a primarily Firm-Fixed Price contract to Northrop Grumman Corporation. The contractor will be responsible for a range of services including maintenance, training, engineering support, and logistics over a ten-year period, ensuring a 92% availability rate for the targeting pods. This procurement is critical for maintaining operational readiness and sustainability of military assets, with the solicitation expected to be released on September 26, 2024, and proposals due 90 days thereafter. Interested parties may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.
    F2M3U24312AC01-Situational Awareness Mobile DF System PR200-RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a market research request for information regarding the Rohde & Schwarz (R&S) PR200 portable receiver, aimed at identifying contractors capable of meeting the requirements without implying a future contract. The inquiry seeks details on the contractors' small business status, estimated delivery timelines, and any exclusive agreements that may affect procurement options, as well as compliance certifications required by the Department of Defense. This equipment is crucial for situational awareness and electronic warfare applications, highlighting its importance in military operations. Interested parties must submit their responses by June 20, 2025, to SrA Davion Blanks at davion.blanks@us.af.mil or SSgt Grant Jackson at grant.jackson@us.af.mil, noting that feedback on submissions will not be provided.
    Engineering Support Services M119A3 Towed Howitzer artillery Tactical Advanced Land Inertial Navigator (aTALIN)
    Buyer not available
    The Department of Defense, through the Army Contracting Command New Jersey (ACC-NJ), is conducting a market survey to identify potential sources for engineering support services related to the integration of an Assured Positioning, Navigation, and Timing (APNT) capability with the M119A3 towed howitzer's Honeywell artillery Tactical Advanced Land Inertial Navigator (aTALIN). The objective is to retrofit existing aTALIN units and procure new ones that support the integration of the Government-defined APNT capability, which is crucial for enhancing the operational effectiveness of the M119A3 howitzer's Digital Fire Control System (DFCS). Interested vendors are invited to submit their capabilities, including their ability to handle GPS User Equipment and cryptographic keys, along with a Rough Order Magnitude Cost for the required services, by June 16, 2025. For further inquiries, vendors may contact Jayde A. Liuzza or Daniel Rakauskas via the provided email addresses.
    HTAWS Enablement Card for UH-1N Helicopter GNS-530 Navigation Computer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the Helicopter Terrain Awareness Warning System (HTAWS) Enablement Card for the UH-1N Helicopter's GNS-530 Navigation Computer System. This procurement aims to restore the functionality of currently non-operational navigation computers, thereby enhancing the operational readiness of combat search and rescue missions. The acquisition of seven units is estimated at a total cost of $68,005, with Aero Dynamix, Inc. identified as the sole source provider due to licensing restrictions. Responses to the solicitation are due by July 9, 2025, with an anticipated contract award on August 16, 2025. Interested parties can contact Tosha L. Taylor at tosha.taylor.2@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further information.
    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.