Procurement Summary
Country : USA
Summary : Directed Infrared Countermeasure System for Large Aircraft
Deadline : 15 May 2025
Other Information
Notice Type : Tender
TOT Ref.No.: 116791558
Document Ref. No. : FA863825R0018
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Description
This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes only to assess whether there are businesses capable of providing a solutions that is has the ability to Open Architecture Compliance: The solution should demonstrate potential for compliance with open architecture standards such as Sensor Open Systems Architecture (SOSA), Modular Open Systems Approach (MOSA), and compatibility with existing "Big Iron" infrastructure, ensuring interoperability, scalability, and future-proofing. Additionally, the solution should integrate a directed infrared countermeasures system for large aircraft to detect, deny, and defeat: Man-Portable Air Defense Systems (MANPADS), portable air defense missiles, Surface-to-Air Missiles (SAMs), Air-to-Air Munitions, Loitering Munitions, Hostile Fire Indication (HFI), Laser Warning (LW), and Counter-Small Unmanned Aerial Systems (C-sUAS) for use on Department of Defense (DoD) and other United States government aircraft, as well as select foreign military sales. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining the specific acquisition strategy to be utilized in the event the USAF elects to acquire the items described in the announcement.
If there is sufficient demonstrated interest and capability among small business contractors, a Small Business Set-Aside may be initiated. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for ...
Active Contract Opportunity
Notice ID : FA863825R0018
Related Notice
Department/Ind. Agency : DEPT OF DEFENSE
Sub-tier : DEPT OF THE AIR FORCE
Office: FA8638 AFLCMC WNYK EW AVIONICS
General Information
Contract Opportunity Type: Sources Sought (Original)
Original Published Date: Mar 25, 2025 01:31 pm EDT
Original Response Date: May 15, 2025 05:00 pm EDT
Inactive Policy: 15 days after response date
Original Inactive Date: May 30, 2025
Initiative: None
Classification
Original Set Aside:
Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
NAICS Code: 334419 - Other Electronic Component Manufacturing
Place of Performance: Dayton, OH USA
Documents
Tender Notice
LASER-Y-Sources-Sought.pdf