Theater Deployable Communications Agile Communications Package - Enhanced (TDC ACP-E)
ID: FA872626RFITDCACPEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8726 AFLCMC HNK C3INHANSCOM AFB, MA, 01731-2100, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding the Theater Deployable Communications Agile Communications Package - Enhanced (TDC ACP-E) program. The initiative aims to modernize and enhance existing deployable communication systems through a rapid-prototyping approach, leveraging commercially available products to improve tactical mesh network capabilities and ensure compliance with military specifications. This equipment is crucial for extending the Department of Defense Information Network (DoDIN) and providing warfighters with essential communication services during operations. Interested parties must submit their responses by November 6, 2023, to Ms. Lynn Tran and Capt Velia Colunga at the provided email address, with a focus on their capabilities and experience in relevant technical solutions.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Life Cycle Management Center (AFLCMC) Cyber and Networks Directorate (HN) has issued a Request for Information (RFI) for its Theater Deployable Communications (TDC) Agile Communications Package Enhanced (ACP-E) program. This RFI, dated October 8, 2025, is for market research purposes only and does not obligate the U.S. Government to award a contract. The goal is to enhance the existing ACP-E through rapid prototyping using commercially available products. The document includes background on TDC's role in extending the Department of Defense Information Network (DoDIN) and specific questions for respondents regarding their status as traditional/non-traditional defense contractors, small businesses, Trusted Integrators, and experience with various technical solutions like CSfC systems and Active Directory Federation. Respondents are also asked to provide a rough order of magnitude (ROM) for a scenario involving 12 ACP-E sites. Responses, limited to 10 pages, should be submitted via email to Ms. Lynn Tran and Capt Velia Colunga.
    The Statement of Objectives (SOO) outlines the U.S. Air Force's Theater Deployable Communications (TDC) Agile Communications Package Enhanced (ACP-E) initiative. The program aims to modernize and enhance existing deployable communication systems through a "try, decide, buy" rapid-prototyping approach, leveraging commercially available off-the-shelf (COTS) solutions. The primary objectives include identifying and evaluating technical solutions for a tactical mesh network that integrates with current compute and store edge nodes, providing dynamic connectivity across various platforms. The project seeks solutions capable of 100 Mbps throughput over a 10-mile radius, iterative expansion, and compliance with MILSPEC810 and NSA-approved encryption, all while reducing transit case weight. The SOO also details procurement plans for both existing and enhanced ACP versions and outlines requirements for contractor support during operational evaluations, including participation in technical and safety reviews and data provision.
    The provided document outlines the hardware and software components for a TDC GFP system, likely detailing specifications for a government Request for Proposal (RFP) or a similar procurement document. Key hardware includes Panasonic management laptops, various PacStar series devices for servers and switches, and a PacStar 463 for RoIP SIPR. The software suite specifies Windows 11, Cisco C8000v for routing, Aruba VMC for NIPR WiFi, Forcepoint NGFW for firewall capabilities, Windows Server for domain control, Wave for SIPR RoIP, Redcom Sigma Core for VoIP, ACAS for security scanning, ESS for HIPS, IQ-CORE for system management, and Redhat as a hypervisor for virtual software. The document also mentions a File Server and virtual router, providing a comprehensive overview of the required IT infrastructure.
    The document discusses the integration and deployment of various communication technologies, including Cisco 8000V, MILSAT, and Mesh radio systems, within multiple enclaves (NIPR, SIPR, and GRAY) and their corresponding hardware setups (laptops, switches). It emphasizes the ability of certain FACTs (Flexible and Adaptive Communication Technologies) to maintain connectivity while relocating to different sites. Overall, it outlines the infrastructure necessary for a robust communication network in secure environments.
    The document outlines the integration and capabilities of various communication tech, including MILSAT MBK (4G/5G) Mesh antennas and Cisco 8000V laptops, in SIPR and NIPR enclaves. It emphasizes the ability of FACTs to relocate to different sites while maintaining connectivity. Additionally, it addresses various mesh radio configurations and site extension technologies for secure communication.
    The document outlines a non-mesh enabled scenario involving various equipment and communication enclaves, including Cisco 8000V and laptops operating within NIPR and SIPR enclaves. It emphasizes the capability of FACTs to physically relocate to their designated sites while maintaining WAN connectivity. The overall focus is on the integration of military and commercial communication systems.
    Similar Opportunities
    Request for Information - Data at Rest
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Buyer not available
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    TACLANE-FLEX Customizable Encryption Platform
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure the TACLANE-FLEX Customizable Encryption Platform, which operates at 1 Gb/s and utilizes Single Mode technology. This procurement will be fulfilled on a Sole Source basis from General Dynamics Mission Systems, Inc., indicating that the government intends to negotiate with only this supplier under the authority of FAR 13.106-1 (b) (1) (i). The TACLANE-FLEX platform is critical for secure communications and compliance within military operations. Interested parties with questions regarding this notice should contact Jillian Randazzo via email at jillian.randazzo.civ@us.navy.mil, as no phone inquiries will be accepted.
    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.
    MCP-LAK-Data -Network Switch Equipment for ATC Dining Classroom Facility #3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement of network switch equipment for the ATC Dining Classroom Facility 3. This acquisition is in accordance with the LOM and aims to enhance the facility's IT and telecom capabilities, particularly in digital network products. The equipment is crucial for ensuring efficient communication and operational functionality within the facility. Interested vendors can reach out to SrA Brian Chambers at brian.chambers.5@us.af.mil or MSgt Alex Nieves Alvarez at alex.nievesalvarez@us.af.mil for further details regarding the procurement process.
    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.
    Draft RFP - Capacity Services Communications III
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Capacity Services Communications III contract. This indefinite delivery/indefinite quantity (ID/IQ) contract aims to provide reliable and cost-effective communication infrastructure services, including hardware, software, and technical services, to enhance DISA's communication capabilities at various locations. The contract is crucial for ensuring the scalability, security, and modernization of communication infrastructure, particularly for data centers and hybrid-cloud solutions. Interested parties can direct their inquiries to Shaun Bright or Tyme Sampson via email, and should note that the government will not accept proposals in response to this draft RFP.
    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.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.