Manpack Radio Production, Engineering and Sustainment Follow-On Procurement - Request for Information
ID: W15P7T-24-R-MP01Type: Sources Sought
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
  1. 1
    Posted Jun 13, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:59 AM UTC
Description

The Department of Defense, specifically the U.S. Army Program Executive Office, is seeking information from industry regarding the follow-on procurement of the Manpack Radio, a critical multi-mode communication system with NSA Type 1 Encryption capabilities. The objective is to identify potential sources that can provide innovative solutions for the production, engineering, and sustainment of both mounted and dismounted variants of the Manpack Radio, which is essential for secure communications across various military operations. This procurement is part of the Army's broader initiative to enhance tactical-edge networking and ensure interoperability with existing systems, reflecting the importance of advanced communication technologies in military readiness. Interested parties must submit unclassified white papers by 1600 hours on July 30, 2024, to the designated contacts, with the potential for multiple contracts awarded based on the responses received.

Files
Title
Posted
Mar 13, 2025, 8:06 PM UTC
The document is a Request for Information (RFI) response sheet related to the recompeting of a Manpack contract set for February 2024. It serves as a structured format for vendors to submit questions and comments regarding the RFI. The sheet is divided into two sections, allowing the inclusion of questions along with their page and paragraph references from the original RFI document. It focuses on facilitating vendor feedback to clarify needs and expectations. This engagement process is critical in ensuring that vendors provide comprehensive proposals that align with the government's requirements. The RFI emphasizes the importance of vendor collaboration to improve the procurement process and enhance the functionality and effectiveness of the Manpack systems as outlined in the federal guidelines. Overall, the document underscores the government’s commitment to transparency and stakeholder engagement in its contracting activities.
Mar 13, 2025, 8:06 PM UTC
The document serves as a Compliance Matrix for the Manpack Radio's Performance Requirements Document (PRD). Its primary purpose is to enable responders, primarily vendors, to self-certify their compliance with the outlined PRD requirements, indicating "Y" (Yes) or "N" (No) to signify whether their proposed radio systems meet the specified capabilities. Each compliance indication must be thoroughly documented, particularly in the comments section where respondents are required to detail their approach to meeting any PRD threshold requirements, including timelines. The compliance assertions must cover all relevant capabilities as per the various subsections of the PRD, ensuring a structured evaluation of the proposed radios against federal standards. The document is classified as Controlled Unclassified Information (CUI) when filled in, underlining the significance of the information contained and the need for proper handling. In the context of government RFPs and grants, this Compliance Matrix directly correlates with acquisition processes where adherence to specified performance standards is crucial for the acceptance of proposals. The matrix facilitates a clear and standardized method for evaluating vendor submissions regarding technical requirements for military communication systems, thus playing a vital role in procurement efficacy.
Mar 13, 2025, 8:06 PM UTC
The Performance Requirements Document (PRD) outlines the technical specifications for the Manpack Radio Set contract managed by the Project Manager Tactical Radios. It specifies the requirements for a Universal Variant of the 2-Channel MP Radio Set designed for diverse configurations—Dismounted, Mounted, Tactical Operations Center (TOC), and Aviation. Key objectives include interoperability, flexibility for varied military missions, and resilience in cyber-contested environments. Key requirements include support for dual independent channels, operation in various configurations, and the use of military standard battery systems. It stipulates weight limitations for portable configurations—no more than 16 pounds for 8 hours of operation—and details waveforms supported such as WREN and SINCGARS. The PRD emphasizes compliance with accredited military specifications, testing protocols for environmental resilience, and includes clear management processes for operational parameters via software interfaces. The document serves as a crucial foundation for contracting opportunities by defining performance goals and threshold specifications necessary for contractors to participate in the RFP process, ensuring the set meets operational requirements for military effectiveness and sustainability under various conditions.
Mar 31, 2025, 7:04 PM UTC
The document outlines a Request for Information (RFI) for the competitive procurement related to the Manpack Recompete Radio Production, Engineering, and Sustainment, initiated by the Army. The RFI aims to gather input on areas such as incentive arrangements to enhance radio features like reducing heat and weight, maintaining an Escrow Account Data Package, achieving Depot Phase 3 Repair and Sustainment capability, and implementing sustainment strategies for standardization across tactical radio products. Vendors are invited to submit white papers with cost estimates responding to these specific areas and any other suggestions for program improvements. The submission guidelines specify formatting requirements and deadlines for each topic, with responses due between April 4 and April 17, 2025. Interested parties must label their submissions appropriately and send them via email to designated contacts. This RFI is part of the Army's broader efforts to optimize radio capabilities and sustainment processes, reflecting ongoing market research initiatives.
The Manpack Recompete RFI Amendment outlines specific requirements for a Technical Data Escrow Account Data Package (EADP) in the context of governmental contracts. If the Government orders this package, the contractor must provide an EADP to a third-party agent to ensure continued sustainment support for the Leader Radio systems, should the contractor cease operations. The EADP must include all necessary intellectual property (IP) for the production of Leader Radio components, ensuring that sufficient information is available for maintenance without requiring additional design efforts. The document details the scope of the EADP, including technical data and necessary software, validates IP through third-party verification, and establishes conditions under which data must be delivered by the contractor, such as bankruptcy or cessation of support. An escrow index is required to document the data, with updates provided monthly. The contractor must also consider subcontractor obligations to prevent disruptions in support. The overarching goal of these requirements is to safeguard the Government's access to vital sustainment data for operational continuity of the Leader Radio systems.
The document outlines Special Depot Maintenance and Repair Transition Requirements for a Public-Private Partnership (P3) with the Tobyhanna Army Depot (TYAD) under the RFI W15P7T-24-R-MP01. It details a three-phase approach for establishing maintenance and repair capabilities for Line Replaceable Units (LRUs) throughout their lifecycle. Phase 1 focuses on basic maintenance, including the removal and replacement of components and execution of functional tests. Phase 2 expands to repair capabilities, addressing circuit card assemblies and sub-assembly modules. Phase 3 enhances repair methods to include sophisticated testing and component-level maintenance akin to original manufacturer standards. The Contractor is obligated to provide extensive documentation, including maintenance manuals compliant with military standards, provisioning and screening data, and access to necessary technical data for all phases. Furthermore, the Contractor must supply depot tools and training for TYAD personnel to ensure proficiency in maintenance and repair tasks. The goals of the document align with the U.S. government's effort to sustain military systems efficiently through a structured P3 agreement, emphasizing collaboration between private entities and government facilities in supporting military readiness. This initiative illustrates a strategic framework for integrating maintenance capabilities and providing comprehensive training and resources to ensure operational effectiveness in military depot maintenance.
The document outlines the requirements for a Multi-Purpose Radio Set applicable in military operations. It specifies performance standards for dismounted and mounted configurations, focusing on operational weight limits, battery life, and waveform combination capabilities such as WREN and SINCGARS for voice and data transmission. Key conditions include maintaining functionality over varying environmental conditions, temperature limits, and meeting military standards for durability and reliability (MIL-STD compliance). The radio set should support simultaneous multi-channel operations with specified ranges, power consumption limits, and cryptographic capabilities to ensure secure communications. Furthermore, it details testing methodologies for operational efficacy in diverse scenarios, such as vibration and temperature extremes, which inform the radio's design and expected performance. This comprehensive specification is vital for ensuring that the new radio system meets the demanding operational needs of the military, reflecting the importance of advanced communication technologies in defense contexts.
Mar 31, 2025, 7:04 PM UTC
The Performance Requirements Document (PRD) serves as a technical specification for the Manpack Radio Set contract under the Tactical Radios Project, aiming to enhance communication capabilities for dismounted, mounted, and tactical operations. It establishes essential requirements for the radio's operational functions, which must support a variety of waveforms and configurations. Key characteristics include the ability to operate two independent channels, sustain mission weight limits for battery-operated use, and maintain functionality in cyber-contested environments. The document outlines various performance criteria, security features, and interfaces, emphasizing resilience against cyber threats while ensuring interoperability with existing military systems. It also delineates threshold and objective requirements to enhance vendor proposals for the subsequent contract, comprehensively addressing operational needs for military personnel in diverse operational contexts.
Lifecycle
Title
Type
Similar Opportunities
LMR Programming and Encryption
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the LMR Programming and Encryption services through a Combined Synopsis/Solicitation. The procurement focuses on electronic and precision equipment repair and maintenance, particularly in the maintenance, repair, and rebuilding of electrical and electronic equipment components. This opportunity is critical for ensuring the operational readiness and security of military communications systems. Interested parties should note that the closing date for submissions has been extended to Tuesday, April 22, 2025, at 10:00 am EST, and can reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or Jeffery Frans at jeffery.l.frans.civ@army.mil for further inquiries.
59--AMPLIFIER RADIO FRE - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to procure 48 units of the AMPLIFIER RADIO FRE and other replacement parts, specifically identified by NSN 7H-5996-015453673. The procurement is intended to be negotiated with General Dynamics Mission Systems, the current approved source, as the Government does not possess the necessary data or rights to purchase or contract repair from alternative sources. This equipment is critical for defense operations, and interested parties may submit their capabilities or proposals within 45 days of the notice, with all inquiries directed to Amy E. Puchalsky at AMY.PUCHALSKY@DLA.MIL or by phone at (717) 550-3120.
Request for Solutions (RFS): Soldier Borne Mission Command (SBMC) Other Transaction (OT) Opportunity
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions for the Soldier Borne Mission Command (SBMC) initiative, aimed at developing a fused digital awareness system for dismounted operations at the Company level and below. This opportunity invites vendors to participate in a rapid prototyping project that emphasizes compatibility with existing Army technologies, particularly the Android Tactical Assault Kit (ATAK), and requires prototypes to be delivered within seven months of award. The procurement process will utilize Other Transaction Authority (OTA) and is open to Non-Traditional Defense Contractors (NTDCs) and small businesses, with a focus on collaboration and innovation in technical proposals. Interested vendors must submit white papers by 5:00 PM ET on May 12, 2025, and can direct inquiries to Eric Roberts or Michael Kelly via email for further information.
Baseband Backhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) to identify sources capable of providing a high-capacity, reliable baseband backhaul communications system. This system is intended to enhance communication capabilities for Tactical Air Control Party (TACP) forces, addressing critical shortfalls in bandwidth, mobility, and security necessary for operations in contested environments. The desired solution must integrate commercial and military satellite communications, alongside 4G LTE/5G cellular and WiFi networks, while meeting specific operational thresholds for network speed, interoperability, and security compliance with military standards. Interested vendors are encouraged to submit detailed capabilities, product specifications, potential costs, and compliance with industry regulations by April 25, 2025. For further inquiries, respondents may contact Jared Rush at jared.rush@us.af.mil or Anthony Walker at anthony.walker.42@us.af.mil.
CMFF APNT Card Block II - Contract announcement
Buyer not available
The Department of Defense, specifically the Project Manager Positioning, Navigation, and Timing (PM PNT), is announcing an upcoming contract opportunity related to the Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) / Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) program. This initiative aims to develop Assured Positioning, Navigation, and Timing (APNT) solutions that provide reliable PNT information to critical military systems, such as Tactical Radios and Mounted Mission Command, particularly in challenging operational environments. Interested vendors must be registered with the C5 Consortium Management Group (CMG) and submit a Security Questionnaire by April 22, 2025, to access Controlled Unclassified Information (CUI) related to the opportunity. For further inquiries, vendors can contact Ms. Miriam Meller at miriam.v.meller.civ@army.mil or MAJ Dexter Harris at dexter.l.harris12.mil@army.mil.
58--RADIO SET
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of radio sets under the solicitation titled "58--RADIO SET." The primary objective of this procurement is to secure radio navigation equipment that meets specific military standards, with KES2024 LLC designated as the sole source for this solicitation following the removal of Elbit as a source. This equipment is critical for airborne operations and national defense, ensuring reliable communication and navigation capabilities. Interested vendors should note that the offer due date has been extended to May 9, 2025, and can reach out to Jessica T. Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL for further inquiries.
Portable system combining lights and siren and Radio chargers
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for a contract to supply portable systems that combine lights, sirens, and radio chargers. The procurement includes four portable systems that integrate lights and sirens, as well as four radio chargers compatible with Motorola APX 6000P25 and APX 8000 models. These systems are crucial for enhancing communication and safety in military operations. Interested vendors should reach out to Angela Graham at angela.j.graham6.civ@army.mil or call 502-624-1414 for further details, while Yave Canela is available at yave.canela.civ@army.mil or 502-624-7649 for additional inquiries. This opportunity is set aside for small businesses under the SBA guidelines.
MODEM ASSEMBLY,COMM
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 Modem Assembly, Communication equipment. The procurement aims to establish a firm-fixed-price contract for the repair services, with a focus on ensuring compliance with operational and functional requirements as specified by the associated Cage Codes and reference numbers. This equipment is critical for maintaining communication capabilities within military operations. Interested contractors must submit their quotes, including repair turnaround times and pricing, by April 24, 2025, and can reach out to Eric B. Miller at 717-605-6464 or via email at ERIC.B.MILLER4@NAVY.MIL for further details.
STRATEGIC MESSAGING SYSTEM - SOURCES SOUGHT
Buyer not available
The Department of Defense, specifically the Air Force Nuclear Weapons Center (AFNWC), is seeking information from potential offerors regarding the development of a replacement wide area strategic messaging system. This initiative aims to establish a network that ensures high levels of Confidentiality, Integrity, and Availability (CIA) in a classified environment, with a focus on capabilities such as legacy hardware replacement, deployable Human Machine Interface (HMI) design, and defensive cyber operations. The opportunity is critical for maintaining secure and reliable communications across approximately 150 locations, and interested parties are invited to submit unclassified white papers detailing their capabilities by May 10, 2025. For further inquiries, respondents can contact Brittany Desilets or Deandre Morales via email at brittany.desilets@us.af.mil and deandre.morales@us.af.mil, respectively.
58--COMMUNICATION SYSTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking qualified vendors for the procurement of communication systems, identified by NSN 7H-5895-015398868. The requirement includes a total quantity of 12 units, with delivery to specified locations in Pennsylvania and California, and is set aside for small businesses under the SBA guidelines. These communication systems are critical for military operations, ensuring reliable analog voice communication capabilities. Interested parties should contact Seana Steiner at (717) 605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.