Counter small-Unmanned Aircraft Systems (C-sUAS) RFI regarding Radar.
ID: CsUAS-RFI-7124Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2381 FORCE PROTECTION AFLCMC/HBUKHANSCOM AFB, MA, 01731, USA
Timeline
    Description

    Sources Sought DEPT OF DEFENSE Counter small-Unmanned Aircraft Systems (C-sUAS) RFI regarding radar, EO/IR camera, and OTM technologies

    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking information on radar, EO/IR camera, and OTM technologies for combatting the sUAS threat (groups 1 and 2). This request is for the purpose of exchanging information and conducting market research to determine which systems meet their needs. The service/item being procured is related to counter small-Unmanned Aircraft Systems (C-sUAS) and is used to combat the sUAS threat. The place of performance is Hanscom AFB, Massachusetts, United States. Interested contractors can provide detailed specifications of their products using the provided form. This is not a notice of request for proposal (RFP) issuance and responses to this request are voluntary. No entitlement to payment or commitment for procurement action will arise as a result of the submission of information. No award will be made as a result of this request.

    Point(s) of Contact
    Files
    Similar Opportunities
    AEWS USAF Long Range Radar System
    Active
    Dept Of Defense
    The Department of the Air Force is seeking information from vendors regarding the Atmospheric Early Warning Systems (AEWS) and Long Range Radar Systems to support the United States Air Force (USAF). The procurement aims to identify innovative and cost-effective radar solutions, as well as life cycle sustainment services, logistics support, and cybersecurity services. Vendors are expected to demonstrate competencies in hardware repair, software integration, program management, and technical documentation, with an understanding of electromagnetic wave theory and system engineering principles. Interested parties should submit their capability statements electronically to the designated contacts, Christopher Jarman and Heather Ball, by the specified deadlines, as this effort serves as market research and does not guarantee any contracts at this time.
    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.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    AN/ALR-69A Radar Warning Receiver (RWR) C/J Band Antennas
    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 production of the AN/ALR-69A Radar Warning Receiver (RWR) C/J Band Antennas, with a focus on manufacturers capable of meeting the qualification requirements for this item. The antennas are critical for providing crew notification of threat radar signals in hostile environments, and historically, only Meggitt-USA (Baltimore) Inc. has produced these antennas, as the government does not possess the necessary technical data rights for competitive procurement. Interested parties must submit their responses to the Request for Information (RFI) by September 24, 2024, including detailed information on their capabilities and experience, with all submissions becoming government property. For further inquiries, contact Teresa Duval at teresa.duval@us.af.mil or Kylie Ordoyne at kylie.ordoyne@us.af.mil.
    RFI: Tactical Fires Radar Technology, Medium Lift Ground-based Radar - DEVCOM-RTI
    Active
    Dept Of Defense
    The U.S. Army Combat Capabilities Development Command (DEVCOM) is seeking industry input through a Request for Information (RFI) regarding the development of a medium lift ground-based radar system. The primary focus is on systems that emphasize small size, weight, and power (SWaP) while incorporating multi-mode, active electronically scanned array (AESA) technologies for short to medium range missions. This initiative is crucial for enhancing the Army's capabilities in command, control, communications, and surveillance operations. Interested vendors must submit their responses, including comprehensive company and technical information, by September 8, 2024, and are encouraged to contact Glenn W. Downes or Brian McGuire for further details. The RFI will close on September 22, 2024, and participation requires Joint Certification Program (JCP) certification to access additional technical requirements.
    Repair of the F-15 APG-82(V)1
    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 sources for the repair of critical components in the F-15E radar system, including the Radar Power Supply (RPS), Common Integrated Sensor Processor (CISP), Receiver Exciter (REX), and Active Electronically Scanned Array (AESA). The government seeks contractors with the necessary expertise and capabilities to meet the qualification requirements for these repairs, noting that it does not own the technical data for these items, which currently limits the repair options to Raytheon Technologies as the sole source. Interested parties, both large and small businesses, are encouraged to participate in the Contractor Capability Survey to demonstrate their qualifications, with the understanding that participation does not guarantee future contract awards and that no expenses will be reimbursed. Responses to the survey are due by the specified deadline, and inquiries can be directed to Kennedi Hoffman at kennedi.hoffman@us.af.mil or Phillip Russell at phillip.russell.9@us.af.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.
    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.
    Request for Information (RFI) Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking information from qualified contractors regarding the procurement of Deployable Automatic Number Plate Recognition (ANPR) Speed Cameras. The RFI outlines specific requirements for the equipment, including a Bosch 7100IR Static Bullet Camera, a 512GB SD Card, a deployable tripod, a solar power kit, and a deployable enclosure, with the intent to enhance vehicle surveillance capabilities for security and enforcement purposes. Interested vendors are invited to submit capability statements detailing their experience and business size by September 9, 2024, with responses to be sent to Jasmine Waterman at jasmine.waterman@us.af.mil and cc'd to Rebecca Snyder at rebecca.snyder.1@us.af.mil. The procurement process will follow a Firm-Fixed Price Contract model, and no compensation will be provided for the information submitted.
    TF99 Military IFF Transponder - UAS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for the procurement of UAS transponders for Task Force 99 (TF99). The requirement includes transponders that meet specific salient characteristics, such as dimensions of 47 mm width, 0.5 mm height, and 58.15 mm depth, weighing under 50 grams, and drawing 1.5 watts or less, with AIMS certification and compatibility with various operational modes. This procurement is critical for enhancing UAS capabilities and ensuring safe airspace management during operations. Interested vendors must submit their responses by 4:30 PM Eastern Standard Time on September 12, 2024, to Oisin Doyle at oisin.doyle.1@us.af.mil, including detailed company information and capability statements.