PL EA - Vehicle Mounted ESEA System RFI
ID: W56KGY-26-R-KB01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Vehicle Mounted Electromagnetic Support and Attack System Technical Documentation Access Compliance Certification is a crucial document for vendors seeking access to technical data from the US Army's Product Lead Electronic Attack. It outlines stringent requirements for protecting controlled unclassified information (CUI) and operational security (OPSEC). Vendors must certify their business type (U.S. owned, foreign-controlled, or foreign-affiliated) and provide documentation like Special Security Agreements (SSAs) or Foreign Ownership Control or Influence (FOCI) Mitigation Plans if applicable. All personnel accessing technical documentation must be U.S. citizens, with foreign nationals explicitly excluded. Access to classified information requires appropriate security clearances, validated via Social Security Numbers. Vendors must also sign a Non-Disclosure Agreement and provide a copy to Product Lead Electronic Attack. Within 180 days of receipt, all documentation, including derivative products, must be destroyed, with certification provided to Product Lead Electronic Attack detailing the destruction method and a list of personnel who accessed the documents. This certification ensures strict adherence to national security and export control regulations for sensitive defense technology.
    Annex B of the RFI outlines requirements for a Vehicle Mounted Electromagnetic Support and Attack System, focusing on collecting classified information from prospective companies. It mandates submission of company details, CAGE codes for all relevant locations, and personal information (including SSN, email, and phone number) for individuals receiving/reviewing classified data to validate their clearance. The document also requires NIPR, SIPR, and JWICS email addresses for the primary point of contact (POC), whose SSN must be listed previously. Finally, it specifies that the primary POC responsible for handling classified information must also have their SSN listed. All completed forms must be returned via digitally encrypted email or DOD SAFE, emphasizing the sensitive nature of the information being requested.
    The Classified Information Nondisclosure Agreement (SF 312) is a legally binding contract between an individual and the U.S. Government for access to classified information. The agreement outlines the individual's obligations to protect classified information, including marked and unmarked data, oral communications, and unclassified information undergoing classification review, as defined by Executive Order 13526 and other relevant statutes. Key provisions include acknowledging security indoctrination, understanding procedures for disclosing information, and agreeing never to divulge classified data without proper authorization. The agreement also warns of severe consequences for unauthorized disclosure, retention, or negligent handling, such as termination of security clearances, employment, and potential criminal prosecution under U.S. laws (e.g., 18 U.S.C. §§ 641, 793, 794, 798, 1924; 50 U.S.C. § 783(b); and the Intelligence Identities Protection Act of 1982). Signatories agree to assign any royalties from unauthorized disclosures to the U.S. Government, acknowledge the government's right to legal remedies for breaches, and commit to returning all classified materials upon demand or termination of access. The agreement emphasizes that all classified information remains government property. It also clarifies that its provisions are consistent with and do not supersede whistleblower protections or other statutory and Executive Order-created obligations. The document requires signatures from the individual, a witness, and a government representative, and includes a security debriefing acknowledgment.
    The Department of the Army is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI, designated W56KGY-26-R-KB01, seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) Electromagnetic Warfare (EW) systems capable of electromagnetic sensing and attack. The Army Contracting Command is conducting a market survey to inform requirements development and acquisition strategy. Interested parties, specifically Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are requested to submit white papers by December 18, 2025, at 3:00 PM EST. These white papers, limited to 15 pages and not exceeding SECRET classification, should detail system maturity (TRL, availability), experimentation data, cost/schedule for two systems (including training and integration support), and technical capabilities/limitations based on SECRET requirements. Access to classified requirements documentation is available for qualified entities by submitting Annexes A, B, and C via a DoD SAFE link by December 11, 2025. The RFI is for planning purposes only and does not constitute a commitment to issue a Request for Proposal or contract award.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    Common Autonomous Multi-Domain Launcher (CAML) RFI – Autonomous Mobility Platform
    Buyer not available
    The Department of Defense, specifically the Department of the Army's PAE Fires Common Autonomous Multi-Domain Launcher (CAML) Product Office, is seeking information through a Request for Information (RFI) for the development of an Autonomous Mobility Platform. This initiative aims to identify potential sources capable of designing and producing an autonomous vehicle that can handle palletized payloads, perform autonomous reloading and unloading, and serve as an autonomous convoy leader vehicle. The project is critical for enhancing military logistics and operational efficiency, with key specifications including support for 40,000-60,000 lbs. payloads and the generation of 120 kW at 600 VDC. Interested U.S. companies are encouraged to submit capability statements by December 15, 2025, and participate in a field demonstration in the third to fourth quarter of FY26, as well as an industry day scheduled for January 2026. For further inquiries, contact Joshua E. Flinn at joshua.e.flinn.civ@army.mil or Abbie Chatelain at abigail.e.chatelain.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.
    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.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
    Buyer not available
    The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
    Electromagnetic Interference (EMI) Ground Straps
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at the Letterkenny Contracting Office, is conducting market research to identify capable vendors for the supply of various Electromagnetic Interference (EMI) Ground Straps, identified by part numbers 13633671-3 through 13633671-24, in accordance with export-controlled drawings. This procurement is critical for ensuring the reliability and performance of military equipment, as these ground straps play a vital role in mitigating electromagnetic interference. Interested organizations are required to submit their business details, socioeconomic status, capability statements, and past government performance by December 12, 2025, to Bobie J. Burkett at bobie.j.burkett.civ@army.mil. Additionally, access to the associated drawings necessitates a current DD Form 2345, and all contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF).
    Battle Management and Mission Autonomy (BMMA) Software Platforms
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking information on Battle Management and Mission Autonomy (BMMA) Software Platforms through a Request for Information (RFI). The objective is to gather insights on software solutions that support Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) capabilities, focusing on mission autonomy for unmanned systems, multi-domain command and control, and sensor fusion. This initiative is crucial for enhancing operational effectiveness in military missions, leveraging advanced technologies such as edge AI and real-time data fusion. Interested vendors must submit their responses by December 15, 2025, and direct any inquiries to Kristin Height or Robin Delossantos via email by December 8, 2025.