Time-Space-Position Optical Tracking (T-SPOT)
ID: W900KK-26-9-XX01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

NAICS

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command - Orlando, is issuing a Sources Sought Notice for the Time-Space-Position Optical Tracking (T-SPOT) project, aimed at identifying potential sources for a technology study and trade space analysis. The primary objective is to develop a system architecture and concept of operations for a non-GNSS-based Time-Space-Position Information (TSPI) truth sensor that can operate effectively in environments where GNSS is denied, thereby enhancing the testing of advanced navigation systems. This initiative is crucial due to the increasing reliance on GNSS navigation systems and the corresponding threats posed by adversaries who seek to jam or spoof these systems. Interested parties must submit a capability statement by 4:00 p.m. EST on February 20, 2026, to the designated contacts, including Peter Jorg and John Mosby, with no funds available for response preparation.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    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.
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    Sources Sought_M2A2 Aiming Circle
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of the M2A2 Aiming Circle, NSN: 6675-01-067-0687. This market survey aims to assess the interest and capabilities of potential offerors, both small and large, in manufacturing this critical field surveying set, which plays a vital role in military operations. Interested vendors must respond via email to Ryan Nawrocki or Pamela Cunha by December 18, 2025, at 11:59 PM EST, providing detailed information about their manufacturing capabilities, experience, and compliance with necessary certifications, including the DD 2345 certification for accessing the associated Technical Data Package. Responses are voluntary and should clearly mark any proprietary information.
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.
    Tube Launched Optically Tracked Wireless 2 Subsystem Engineering Services Pre-Solicitation Synopsis W31P4Q-25-R-0085
    Dept Of Defense
    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.
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    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.
    Spirent Federal Systems is a provider of Geospatial Positioning System (GPS)/Global Navigation Satellite System (GNSS) satellite simulators. Spirent will maintain and service the GSS9000 2 RF GPS L1/L2, GLONASS L1/L2 and Galileo E1/E5 Simulator systems SN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance and service for the GSS9000 2 RF GPS L1/L2, GLONASS L1/L2, and Galileo E1/E5 Simulator systems provided by Spirent Federal Systems. The procurement includes comprehensive support services such as software and firmware upgrades, technical assistance, hardware and software repairs, and online support, required over a five-year period consisting of a 12-month base period followed by four optional 12-month extensions. These simulators play a critical role in geospatial positioning and navigation systems, ensuring operational readiness and accuracy for military applications. Interested vendors can reach out to Audrey M. York-Nicola at audrey.m.york6.civ@mail.mil or by phone at 433-861-4642 for further details regarding this opportunity.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).