SOURCES SOUGHT FOR FAMILIES OF NAVIGATION AND ELECTRONIC COMMUNICATION HARDWARE FOR FOREIGN MILITARY SALES (FMS)
ID: W91CRB-25-R-SSRFI-AIRBORNE-RADIOType: 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

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought notice to identify potential sources for families of navigation and electronic communication hardware intended for Foreign Military Sales (FMS). The procurement aims to fulfill requirements for certified navigation and communication systems, including airborne and ground radio products, along with necessary training and support services. These systems are critical for ensuring interoperability with existing U.S. military equipment and achieving airworthiness certification. Interested vendors must submit their capabilities, including Rough Order of Magnitude pricing and availability, to Contract Specialist Milena Pomocka via email by 4:00 p.m. EDT on May 23, 2025, with no obligation for the government to award a contract based on the responses.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.
    Dept Of Defense
    The Defense Logistics Agency (DLA) at Aberdeen Proving Ground, Maryland, is seeking responses to a Sources Sought Announcement for the procurement of Original Equipment Manufacturer (OEM) quality replacement spare components for the Tactical Communications Package (T2C2) and SCOUT systems. The agency requires vendors to provide specific National Stock Numbers (NSNs) related to power supplies, waveguide assemblies, and auto interface units, among others, ensuring that all items meet military and industry standards for ruggedized tactical communications equipment. This procurement is critical for sustaining and replenishing the Suite of Terminals (SoT) used by the Army Integrated Logistics Supply Center. Interested vendors must submit their capability statements and relevant documentation by December 24, 2025, to the designated contacts, Kenneth Vereb and Seth Copeland, via the provided email addresses.
    COMMS BAR BASE ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Dept Of Defense
    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 their products, specifically the AM3T radio system, 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 NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    Telemetry Radios
    Dept Of Defense
    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.
    Sources Sought Announcement for SINCGARS Installation Kit and Component
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting a Sources Sought Announcement to identify potential suppliers for Installation Kits and components supporting the Single Channel Ground and Airborne Radio System (SINCGARS). The procurement aims to acquire parts essential for the SINCGARS, which are critical for command and control communications in combat scenarios, providing resistance to jamming and ensuring interoperability with NATO systems. Interested vendors must demonstrate their capability to manufacture the specified parts, including the Installation Kit, Electronic Equipment MK-2361/VRC, and Cable Assembly, Special Purpose, Electrical CX-13292/VRC, with responses due by December 17, 2025. For further inquiries, contact Stanley Chan at stanley.u.chan.civ@army.mil or the DLA Aberdeen Small Business Office at DLA.Land.and.Maritime.Small.Business.Office@dla.mil.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Dept Of Defense
    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.
    FMS REPAIR - QTY 1 - NIIN 016571362
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific item, the CONTROL, RADIO SET TRANSFER, with NIIN 016571362, on a sole source basis from Rockwell Collins. The procurement involves a total quantity of one unit and is classified under miscellaneous communication equipment, highlighting its critical role in military operations. Interested parties are invited to submit capability statements or proposals within five days of the notice publication, with the solicitation expected to be issued on December 18, 2025, and responses due by January 19, 2026. For further inquiries, potential bidders can contact Danielle DiCiacco at danielle.diciacco.civ@us.navy.mil or by phone at (215) 697-5970.
    SIGNAL DISTRIBUTION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of SIGNAL DISTRIBUTION equipment. This procurement is focused on ensuring that the repaired items meet operational and functional requirements, adhering to strict quality assurance standards and government inspection protocols. The goods and services sought are critical for maintaining communication capabilities within naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must be prepared to submit their quotes along with a detailed cost breakdown by the specified deadline.
    RF OUTPUT ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the RF Output Assembly, a critical component in communications equipment manufacturing. This procurement requires adherence to specific quality standards, including ISO9001, and emphasizes the importance of item unique identification and valuation, as well as compliance with various inspection and acceptance protocols. The RF Output Assembly is vital for ensuring reliable communication systems within military operations. Interested vendors should submit their quotes by December 16, 2025, and can direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL for further details.
    59 - FMS REPAIR: ANTENNA PEDESTAL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a qualified contractor for the sole-source repair of an Antenna Pedestal (NSN: 7RH 5985 015982956 CB, Part Number: 349-3000-001) under the Foreign Military Sales Case SR-P-MAL. The procurement is necessitated by the government's inability to contract with other sources due to insufficient data, and the award will be made under an existing Basic Ordering Agreement (BOA). The contractor must adhere to strict packaging, preservation, and marking requirements as outlined in MIL-STD-2073-1E and MIL-STD-129, with delivery expected within 365 calendar days from the induction date. Interested parties should contact Dana Scott at dana.l.scott14.civ@us.navy.mil or call 771-229-0557 for further information.