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
    Description

    The Department of Defense, specifically the U.S. Army Program Executive Office, is seeking industry input through a Request for Information (RFI) for the follow-on procurement of the Manpack Radio, a critical multi-mode communication system with NSA Type 1 Encryption capabilities. The Army aims to gather information on potential sources that can provide innovative solutions for high-rate production and cost-effective sustainment strategies for both mounted and dismounted variants of the Manpack Radio, which plays a vital role in enhancing tactical communications across various operational environments. Interested parties are encouraged to submit unclassified white papers detailing their capabilities, production readiness, and compliance with the outlined performance requirements by July 30, 2024, with specific areas of interest due between April 4 and April 17, 2025. For further inquiries, respondents may contact Phillip Vitakis at phillip.s.vitakis.civ@army.mil or Shawntil Eure at shawntil.m.eure.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Request for Information (RFI): Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier - System
    Buyer not available
    The Department of Defense, specifically the Army, has issued a Request for Information (RFI) for the development of a Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System. This RFI aims to gather information on potential sources and emerging technologies that can support a vehicle-mounted RF distribution and amplification system, with responses requested from cleared defense contractors. The government emphasizes that this inquiry is for information-gathering purposes only and does not indicate a commitment to solicit proposals or award contracts. Interested parties must submit their white papers, detailing technical specifications, capabilities, and rough cost estimates by March 26, 2025, and can request draft requirements through DoD Safe. For further inquiries, contact Kellie R. Clavijo at kellie.r.clavijo.civ@army.mil or Jay Kent at jay.a.kent.ctr@army.mil.
    Request for Information - Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System
    Buyer not available
    The Department of Defense, specifically the Army, is seeking information through a Request for Information (RFI) regarding the Modular Open Radio Frequency Architecture (MORA) Aligned RF Amplifier System, designated as W56KGY-25-R-KC01. The objective is to gather insights on potential sources and emerging technologies for a vehicle-mounted RF amplifier that can operate across a wide frequency range and facilitate RF distribution to various vehicle systems. This initiative is crucial for enhancing military communication capabilities and ensuring interoperability among different vehicle systems. Interested and verified Cleared Defense Contractors are invited to submit white papers detailing their technical capabilities and cost estimates by April 4, 2025, at 3 PM EST, with additional information available upon request from designated contacts Kellie R. Clavijo and Jay Kent.
    Request for Information: Tactical Secure Voice/Anti-Jam Radio Communications
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry input via a Request for Information (RFI) for the development of a Tactical Secure Voice/Anti-Jam Radio Communication system. This initiative aims to enhance secure and reliable communication capabilities for air-to-ground and ground-to-air operations within the Continental United States (CONUS) NORAD Region, specifically supporting operations at Tyndall AFB and other locations. The requirements include maintaining interoperability with existing systems, ensuring robust anti-jamming features, and providing capabilities such as UHF/VHF line-of-sight operation and encryption. Interested vendors must submit their responses by April 11, 2025, via email to the designated contacts, Kristin S. Martin and Jessica D. Penick, as detailed in the RFI documentation.
    AN/PRC-167 Multi-channel Manpack Radios
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the procurement of AN/PRC-167 multi-channel manpack radios and associated equipment, including antennas, batteries, and extended warranties. This acquisition aims to enhance secure communication capabilities for military operations involving ground, vehicular, and airborne units, reflecting the necessity for reliable communication technology in evolving operational environments. Interested vendors must submit their proposals electronically by March 19, 2025, with the contract expected to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria. For further inquiries, potential offerors can contact Rodrick Harris at rodrick.harris@us.af.mil.
    Modi Sustainment Request for Information
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is conducting a market research effort to identify potential prime contractors for the sustainment of the Modi FamilFoS system, an electronic warfare support solution for U.S. forces. The government seeks parties capable of providing maintenance services, procurement of spare parts, and support for both mounted and dismounted systems to ensure the sustained operational effectiveness of the Modi system. This initiative is crucial as the Modi system enables soldiers to navigate the electromagnetic spectrum effectively by deploying electronic countermeasures, although complete technical documentation remains proprietary to the original equipment manufacturer. Interested respondents are invited to submit unclassified white papers detailing their corporate capabilities and experience by 14 March 2025, with primary contact Patrick Cruickshank available at patrick.r.cruickshank.civ@mail.mil for further inquiries.
    Embedded National Tactical Radio (ENTR) V4
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors for the production of the Embedded National Tactical Radio (ENTR) V4, as outlined in a recent Request for Information (RFI). The government aims to procure both footed and non-footed versions of this tactical radio under a five-year contract, with an initial order of 50 units and subsequent annual orders of 25 units, which are critical for multi-platform missions and enhancing situational awareness. Interested contractors, both small and large, are encouraged to submit their capabilities, prior experience, and production capacity by April 4, 2025, to Syemeiko Johnston at syemeiko.johnston.1@us.af.mil or by phone at 478-468-0627, as participation does not guarantee contract awards.
    58--RADIO UNIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is preparing to solicit bids for the procurement of radio units. This presolicitation opportunity focuses on acquiring hardware and perpetual license software related to analog voice products, which are critical for communication within military operations. The successful contractor will be responsible for delivering these essential IT and telecom products, ensuring that the Department of Defense maintains effective communication capabilities. Interested vendors can reach out to Loraine E. Smith at (215) 737-4371 or via email at LORAINE.SMITH@DLA.MIL for further details and to stay informed about the upcoming solicitation timeline.
    W56HZV-24-R-0020 - PMVS ANTENA WITH CONTAINER
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Firm Fixed Price (FFP) contract, numbered W56HZV-24-R-0020, to procure 53 units of the PMVS Antenna Container from Weibel Equipment Inc. This procurement is aimed at supporting the M109 Paladin family of vehicles, which are critical for military operations. The solicitation outlines specific submission requirements, including adherence to strict quality control standards and military-standard packaging, with an expected delivery timeframe of 180 days post-contract award. Interested bidders should contact Rising Oris at rising.oris2.civ@army.mil or 571-588-9362, or Katherine MacFarland at katherine.e.macfarland.civ@army.mil or (571) 588-8902 for further details.
    Tactical Communications Equipment and Training
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) to identify potential sources for Tactical Communications Equipment and Training. The objective is to enhance operational capabilities for Special Warfare missions by addressing current procurement inefficiencies, such as decentralized ordering systems that lead to delays and fragmented delivery of equipment. This initiative is critical for ensuring that U.S. Air Force operators maintain situational awareness in dynamic battlefield environments, utilizing advanced communication systems and training. Interested parties are encouraged to submit a capabilities package by March 26, 2025, to the designated contacts, Andrew Tillman and Jared Rush, via their provided email addresses.
    High Altitude Electronic Attack Payload – Amendment 4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Request for Information (RFI) for the development of a High Altitude Electronic Attack (EA) payload intended for integration onto unmanned aerial platforms. This RFI aims to identify potential sources and emerging technologies that can meet the specified performance requirements for the EA payload, which is a critical component in enhancing electronic warfare capabilities. Interested vendors are invited to submit white papers detailing their system capabilities, maturity, cost, and technical specifications by 3:00 PM EST on May 23, 2025, with questions regarding the RFI due by May 19, 2025. For further inquiries, vendors can contact Kellie R. Clavijo at kellie.r.clavijo.civ@army.mil or Jay Kent at jay.a.kent.ctr@army.mil, and a draft of the EA payload requirements will be available upon request for qualified contractors.