PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
ID: K4-B-VAA_TACSAT_RADIOSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating the AM3T radio's capabilities, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing tactical communication capabilities within NATO operations. Interested parties must submit their capabilities statements and responses by 12:00 PM EST on December 17, 2025, and direct any inquiries to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil by December 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The NATO Tactical Satellite Radio Demonstration Checklist is a federal government document designed to evaluate the performance and capabilities of the AM3T radio and its associated ancillary equipment. The checklist covers critical operational parameters for the AM3T radio, including UHF SATCOM transmit (291.000 to 318.300 MHz) and receive (243.000 to 270.000 MHz) frequency ranges, simultaneous dual-channel transmission at 20 watts with internal amplification, and support for various waveforms such as UHF Dedicated SATCOM, UHF DAMA, UHF IW, and VHF/UHF VULOS. It also verifies JITC-certification for NATO Integrated Waveform (STANAG 4681) and approval for U.S. Type 1 and NATO SECAN secure communications. Additionally, the checklist assesses the functionality of AM3T radio ancillaries (handsets, cables, battery/AC/DC power), man-portable ancillaries (various antennas, GPS, battery charging), mobile ancillaries (vehicular SATCOM, LOS, GPS antennas, rugged mount, RF amplifier), and deployable HQ ancillaries (foldable SATCOM, LOS, GPS antennas). This document serves as a standardized verification tool for ensuring compliance and operational readiness of the AM3T radio system in tactical satellite communications.
    The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is conducting market research through a Sources Sought notice for Ultra-High Frequency (UHF) tactical satellite radio systems. These systems are for Foreign Military Sales (FMS) to support the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The goal is to identify potential sources capable of delivering up to 517 ruggedized dual-channel UHF tactical satellite radio terminal equipment in three batches over 36 months. The radios must meet specific technical requirements, including JITC certification for NATO Integrated Waveform and approval for U.S. Type 1 and NATO SECAN secure communications. Interested vendors should provide company information, a solution description, and a plan for demonstrating system capabilities, along with Rough Order of Magnitude (ROM) pricing. This is for informational purposes only and does not constitute a Request for Proposal (RFP).
    This document clarifies deadlines for an unspecified government solicitation, likely an RFP or grant. It addresses an industry question regarding two dates, 10 December and 17 December, confirming that questions are due by 10 December 2025, and final responses or submissions are due by 17 December 2025. This ensures clarity on the timeline for interested parties.
    Similar Opportunities
    Military Radio Systems
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for Military Radio Systems intended for Foreign Military Sales to the Royal Thai Army. The procurement aims to fulfill specific requirements for various radio systems, including VHF/FM manpack and vehicle-mounted radios, as well as HF base stations and training services. These systems are crucial for enhancing communication capabilities within military operations. Interested parties are encouraged to submit their capabilities and Rough Order of Magnitude pricing by December 12, 2025, to Richard Smith at richard.n.smith24.civ@army.mil, as this opportunity may lead to multiple contract awards based on responses received.
    Telemetry Radios
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure two StreamCaster 4400 4x4 MIMO radios from Silvus Technologies, Inc. on a sole source basis. These radios, which operate within the frequency ranges of 2200-2500MHz and 4400-4940MHz, are critical for aviation technology development and will be utilized in various military applications. The anticipated award date for this Firm Fixed Price purchase order is April 14, 2023, with a performance period of twelve months. Interested parties that can meet the specified requirements must submit their technical capabilities to Deanna Van Cleaf and Bethany Rosser by 12:00 Noon EST on April 10, 2023.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to procure a commercially available system that includes transceivers, receivers, high power amplifiers, and associated hardware and software to ensure reliable Beyond Line Of Sight (BLOS) communications at various shore facilities. This initiative is critical for maintaining operational capabilities, as the current systems are outdated and lack necessary support and spare parts. Interested vendors are encouraged to submit their responses, including company capabilities and cost estimates, by December 21, 2025, to Kenneth S. Boyer at kenneth.s.boyer@uscg.mil.
    RFI W56KGY-26-R-0103 Universal Test Set
    Buyer not available
    The Department of Defense, through the Department of the Army, is conducting market research for the Universal Test Set (UTS), designated AN/GLM-11(V)2, aimed at evaluating Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) systems. This procurement seeks qualified prime contractors for the production of sustainment hardware essential for the rapid go/no-go evaluation of CREW systems, ensuring that warfighters can verify the proper operation of these systems before deployment. The UTS is critical for detecting faults in CREW systems that could otherwise jeopardize personnel safety in the field. Interested parties must submit a ten-page unclassified white paper detailing their capabilities and past performance by December 12, 2025, to the primary contact, Kristen N. Robertson, at kristen.n.robertson4.civ@army.mil, or the secondary contact, Kellie R. Clavijo, at kellie.r.clavijo.civ@army.mil.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) Waveform onto operationally relevant software-defined radios. This Request for Information (RFI) aims to identify vendors capable of performing waveform porting, integration and testing, and obtaining necessary certifications, including NSA Type-1 and airworthiness, along with providing documentation and training. The SEDR waveform is critical for enhancing communication capabilities in tactical environments, ensuring operational readiness for military applications. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
    AMPLIFIER,RADIO FRE NSN: 7HH 5996 015575337
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources capable of supplying 150 units of the AMPLIFIER, RADIO FREQUENCY (NSN: 7HH 5996 015575337, P/N: DB-5601) as part of a one-time buy. This procurement aims to gather information on potential suppliers' capabilities, including item availability, pricing, delivery timelines, and compliance with traceability requirements for non-OEM suppliers. The amplifiers are critical components used in various defense applications, underscoring the importance of reliable sourcing. Interested parties must complete the attached market survey and submit it via email to Trevor Monn at Trevor.L.Monn@dla.mil by 4:30 PM EDT on December 18, 2025, to be considered for this opportunity.
    FMS Canada Repair NIIN 016868604
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 016868604, a Receiver Transmitter Radio (-40), intended for the country of Canada under the Foreign Military Sales (FMS) program. The procurement requires a Repair Turnaround Time (RTAT) of 180 days from the receipt of the asset, with specific throughput constraints to be determined by the contractor, and an induction expiration date set for 365 days post-contract award. This repair service is critical for maintaining operational readiness of defense communication systems, emphasizing adherence to stringent technical, quality, and logistical standards, including compliance with various military specifications for packaging and marking. Interested contractors should contact Chad Fichter at chad.m.fichter.civ@us.navy.mil or call 771-229-0432 for further details regarding the solicitation.
    Sources Sought Announcement (SSA) for Procurement of AMPLIFIER SUBASSEMBLY (NSN 5996-01-715-9787) used in the WIN-T INC 1 Reginal Hub Node (RHN) AN/FSC-133 system.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a Sources Sought Announcement (SSA) to identify potential sources for the procurement of the Amplifier Subassembly (NSN 5996-01-715-9787) used in the WIN-T INC 1 Regional Hub Node (RHN) AN/FSC-133 system. The SSA aims to gather information from companies capable of manufacturing or supplying these critical components, which are essential for the operational effectiveness of the WIN-T INC 1 fleet. The government does not possess the technical data package for these parts, and responses will assist in determining the acquisition strategy for future procurement actions. Interested parties are encouraged to submit their capabilities and relevant documentation by December 15, 2025, to the designated contacts, Joseph Weisenberger and Tiffany MacGillivary, via the provided email addresses.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.