Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2025 SAM #8684
SOLICITATION NOTICE

69 -- Joint Threat Emitter (JTE) Engineering & Software Support IDIQ

Notice Date
9/3/2025 2:10:12 PM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8210 AFLCMC HBZK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA8210-JTE-USAF
 
Response Due
9/17/2025 1:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
Heather Ball, Phone: 8017779438
 
E-Mail Address
heather.ball@us.af.mil
(heather.ball@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a pre-solicitation synopsis published in accordance with FAR 5.201 announcing a proposed contract action. The Air Force Life Cycle Management Center (AFLCMC) Joint Threat Emitter (JTE) Program Management Office intends to solicit and award a contract with only one source pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 to Northrop Grumman Mission Systems. This notice of intent is not a request for competitive proposals and a solicitation will not be made available through the Government Point of Entry (GPE). No contract will be awarded on the basis of offers received in response to this notice. The Government intends to award a five (5) year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a six (6) month option to extend in accordance with FAR 52.217-9, for a total potential ordering period of five years and six months. Periods of performance will be defined individually for each order placed during the ID/IQ ordering periods for both severable and non-severable services, and some supply. The JTE program provides advanced Electronic Warfare (EW) threat simulators that provide replication of Surface�to-Air Missile (SAM) and Anti-Aircraft Artillery (AAA) threats for aircrew training. The JTE is reliable, mobile, affordable, re-programmable, modular, remotely operated, easily maintained, and operated with a minimum amount of manpower. This sustainment effort covers the Threat Emitter Unit (TEU�referred to as a Kit 1), Wideband Threat Emitter Unit (WTEU), the Mobile Command and Control Unit (MC2U), the Fixed Command and Control Unit (FC2U), the Technical Data Package (TDP) Workstation, and the Software Development Station (SDS). The JTE fleet consists of two primary configurations: a legacy version and a follow-on version deployed roughly 12 years later. Although some major legacy components have been updated to align with the follow-on configuration, sustainment activities will address the distinct hardware and software requirements of both configurations as they currently exist. This effort is for the Hardware and Software Maintenance Support tasks for the JTE program. Orders placed against this contract may include but are not limited to: Technical Data Package (TDP), Technical Order (TO) changes, and Time Compliant Technical Orders (TCTOs), hardware and software on-site and phone support; as well as the potential for retrofit kits, spares and support equipment procurement, engineering studies, engineering change proposals (ECP), test plans and procedures, shipping requirements, and training and travel. Currently, only Northrop Grumman Mission Systems can provide software support services for the JTE software baseline due to its proprietary code. Although the Government retains some production rights, it does not possess adequate software and license rights to facilitate full and open competition for complete software maintenance. The market research conducted, including responses to the sources sought synopsis request and in-depth discussions during Industry Day and one-on-one sessions, has revealed a critical factor: the successful support of the JTE system hinges on a proprietary component developed by NG. This component is so specialized and integral to the system's operation that all other interested vendors have deemed it impossible to provide adequate support without a direct partnership with NG. Given NG's intention to compete directly for this contract rather than partner with another vendor, awarding a sole-source contract to NG emerges as the only viable solution. This approach ensures the government gains access to the specialized expertise and proprietary knowledge necessary for uninterrupted and effective JTE support. While the JTE program office recognizes the value of small business set-asides, the highly specialized nature of this requirement necessitates prioritizing mission success and technical capability above all else. Full and open competition for this effort would result in a duplication of costs and unacceptable delays in fulfilling the agency's requirements. This is a notice of proposed contract action and NOT a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All inquiries should be sent by email to: heather.ball@us.af.mil. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. No foreign participation is permitted. A Justification & Approval for Other Than Full and Open Competition will be attached to the subsequent notice of the award in accordance with applicable regulation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a289ebd2fca42c38ddc46809c6b8679/view)
 
Place of Performance
Address: Hill Air Force Base, UT, USA
Country: USA
 
Record
SN07577109-F 20250905/250903230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.