Tube Launched Optically Tracked Wireless 2 Subsystem Engineering Services Pre-Solicitation Synopsis W31P4Q-25-R-0085
ID: W31P4Q25R0085Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is preparing to solicit engineering services for the Tube Launched Optically Tracked Wireless 2 Subsystem (T2SS) in support of the Improved Bradley Fighting Vehicle (IBFV). This procurement aims to acquire non-commercial engineering and logistics services, including engineering, configuration management, Field Service Representative (FSR) support, logistics, fielding, and contractor repairs for the T2SS, which is a critical component of the TOW Missile systems. The anticipated contract, which will be awarded as a Cost-Plus-Fixed-Fee/Firm-Fixed Price agreement, is expected to cover the fiscal years 2027-2032, with the solicitation issue date around December 12, 2025, and a closing date of February 11, 2026. Interested parties may submit capability statements or proposals to the primary contacts, Staci Doss and Jacqueline Reaves, via their provided emails, although the contract is designated as sole source to Raytheon Company.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    25--TURRET,COMBAT VEHIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of combat vehicle turrets, specifically NSN 2510015784322. The contract will involve an estimated delivery of five units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000, with a guaranteed minimum of one unit. These turrets are critical components for military armored vehicles, ensuring operational readiness and effectiveness. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from DRS Network & Imaging Systems, LLC for the procurement of IBAS 2.8 with 2nd Gen FLIR Kits, intended for use with the Bradley Fighting Vehicle. The DLA requires pricing for a Best Estimated Quantity (BEQ) of 229 units for Fiscal Year 2026 and 148 units for Fiscal Year 2027, with proposals needing to include firm-fixed pricing and comprehensive cost data compliant with federal regulations. This procurement is critical for enhancing the operational capabilities of military vehicles, ensuring they are equipped with advanced detection and imaging systems. Proposals are due by January 30, 2026, with all communications directed to Anna Phillips at anna.phillips@dla.mil.
    FY25-FY27 FIRE CONTROL TECHNICAL AND ENGINEERING SERVICES IN SUPPORT OF THE NUCLEAR-ARMED, SEA-LAUNCHED CRUISE MISSILE (SLCM-N) PROGRAM
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is planning to award a sole-source contract for Fire Control Technical and Engineering Services in support of the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program for fiscal years 2025 to 2027. This procurement aims to secure specialized engineering services necessary for the development and maintenance of critical defense systems, emphasizing the importance of these services in ensuring national security. The primary work locations will be in Washington, DC, and Pittsfield, Massachusetts, with an estimated award date in December 2025 and a performance period of up to 36 months. Interested parties may contact Jessica Zhang at jessica.zhang@ssp.navy.mil or Brian Kimm at Brian.Kimm@ssp.navy.mil for further information, although this notice is not a request for competitive proposals.
    25--TUBE,ACTUATING CYLI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the TUBE, ACTUATING CYLI, identified by NSN 2590012668039. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Tube Assembly, Metal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a metal tube assembly, identified by National Stock Number (NSN) 4710-01-333-3547NZ. This critical safety item requires compliance with specific qualification standards and aims for delivery of one unit by October 21, 2025, with the Request for Proposal (RFP) expected to be issued on January 22, 2025, and closing on February 12, 2025. The assembly is essential for military applications, and the approved source for this component is Raytheon Technologies Corp., which has a recent purchase history indicating a larger contract awarded to RTX Corporation. Interested vendors should contact David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further details.
    LSJ GSA Subject Matter Expert Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractor engineering services through a sole source procurement to support the Project Executive Office Ground Combat Systems (PEO GCS) Foreign Military Sales (FMS) group. The selected contractor, Ricardo Defense, Inc., will be responsible for establishing the framework of the Fair Share Sustainment Model (FSSM) for coalition partners, which includes documentation development, policy recommendations, and cost-sharing provisions as part of the Fair Share Sustainment Program Plan (FSSPP). This initiative is crucial for enhancing collaboration and support among international military partners. The contract was awarded on February 16, 2023, for a total amount of $409,845.38. For further inquiries, interested parties can contact Kevin O'Connor at kevin.w.oconnor4.civ@army.mil or Keri L. Skrobot at keri.l.skrobot.civ@army.mil.
    10--TUBE,CANNON
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 33 units of TUBE, CANNON (NSN 1020014114563). This solicitation is part of a total small business set-aside and aims to fulfill the needs for small arms, ordnance, and ordnance accessories manufacturing, which are critical for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received by the specified deadline of 0330 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Self-Propelled Howitzer Systems (SPHS) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, or services. The objective is to enhance the development, integration, demonstration, and sustainment of capabilities for the M109A7/M992A3 systems, which play a crucial role in providing indirect fire support to combat units. This initiative is part of a broader strategy to maintain the U.S. military's decisive advantage on the battlefield, ensuring operational outcomes such as improved mobility, supportability, and vehicle survivability. Interested parties should submit their proposals in accordance with the outlined phases and requirements, with the next response deadline set for October 22, 2025. For further inquiries, contact Jeffrey Budd at jeffrey.t.budd6.civ@army.mil or Elise Wong at elise.c.wong.civ@army.mil.