Military Radio Systems
ID: W91CRB-26-TH-B-PAVType: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Military Radio Systems
    Currently viewing
    Sources Sought
    Similar Opportunities
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Buyer not available
    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.
    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.
    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.
    Sources Sought Announcement for SINCGARS Installation Kit and Component
    Buyer not available
    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.
    RADIO FREQUENCY MAN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    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.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of Receiver-Transmitter units under a federal contract. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the units to a Ready for Issue (RFI) condition, with a stipulated repair turnaround time of 180 days after receipt of the asset. These units are critical for airborne radio and television communication, emphasizing their importance in military operations. Interested contractors can reach out to Chad M. Fichter at 215-697-2782 or via email at chad.m.fichter.civ@us.navy.mil for further details and to express their interest in this opportunity.
    RF OUTPUT ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of RF Output Assembly components. This solicitation 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 critical for military communications and operational readiness, underscoring its significance in national defense. Interested vendors should direct inquiries to Giovanna Poppleton at GIOVANNA.POPPLETON@DLA.MIL, and are encouraged to submit their proposals promptly, as the procurement process is marked by urgency and specific delivery timelines.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    AMPLIFIER RADIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the AMPLIFIER RADIO FRE. This procurement aims to ensure the operational readiness of critical electrical equipment, with a focus on compliance with military standards and specifications. The successful contractor will be responsible for a comprehensive repair effort, including teardown and evaluation of the equipment, and must adhere to strict quality assurance and inspection protocols. Interested vendors should contact Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil for further details, and are advised that the contract will be awarded bilaterally, requiring written acceptance prior to execution.