Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOURCES SOUGHT

99 -- Project Manager Electronic Warfare & Cyber (PM EW&C) Electromagnetic Spectrum Operations Characteristics of Need (EMSO CON) and Future Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) Vehicle

Notice Date
2/26/2026 5:00:26 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-R-26-0224
 
Response Due
3/13/2026 2:00:00 PM
 
Archive Date
03/28/2026
 
Point of Contact
Raymond Bailey, Kristen N. Robertson
 
E-Mail Address
raymond.c.bailey2.civ@army.mil, kristen.n.robertson4.civ@army.mil
(raymond.c.bailey2.civ@army.mil, kristen.n.robertson4.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Please note, the information received from this RFI is used to help the Government refine the requirement and help identify areas of ambiguity so that, if released, the RFP is well defined. Any feedback/questions as a result of this RFI will not be responded to directly and will be addressed in the final RFP if the Government deems it necessary. BACKGROUND. To provide industry with the strategic and tactical context for this requirement, respondents should reference the Army�s Electromagnetic Spectrum Operations Characteristics of Need [attached or provide reference link]. The capabilities sought on this future contract are intended to support the operational imperatives described within this foundational document. PM EW&C is exploring an acquisition strategy to provide commercially sourced, worldwide, end-to-end lifecycle management products for the Army�s portfolio of Electromagnetic Warfare (EW) and Signals Intelligence (SIGINT) systems. The current acquisition and fielding model presents challenges in meeting the diverse, mission-specific requirements of tactical commanders. Fielding a common basis of issue (BOI) across varied formations (e.g., heavy, light, airborne) has proven to be neither cost-effective nor optimal for ensuring battlefield lethality against modern, technologically advanced adversaries. To address these challenges, PM EW&C is contemplating a new acquisition framework designed to increase flexibility, speed, and commander involvement in the equipment selection and fielding process. DESCRIPTION. The Government is in the initial stages of developing a contract strategy and would appreciate feedback on the path forward. To rapidly procure and sustain equipment to fulfill the EMSO CON as well as current equipment in the PM EW&C portfolio, the Government is considering a Commercial Solutions Opening (CSO) to issue a FAR part 12 Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ). The Government will award contracts to procure commercial EW & SIGINT equipment and services to field and sustain that equipment. This RFI is seeking feedback on the EMSO CON as well as the strategy to issue a FAR part 12 MA-IDIQ. NAICS. The primary North American Industry Classification System (NAICS) code for the MA IDIQ is 334220 � Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing. Both large and small businesses are encouraged to respond. Additional requirements may fall under other NAICS codes, including but not limited to 517110, 515111, 517210, 517410, 541712, and 541512. The Government is considering using pools/suites to associate different capability sets with their appropriate NAICS codes. The applicable NAICS code will be assigned at the order level. QUESTIONS TO INDUSTRY. The following questions are intended to be answered with a 2-page limit using either Arial or Times New Roman Font size 12: Does your company have recommendations this contracting approach? Does your company have recommendations on how a FAR part 12 contract can be used to perform sustainment and provide services commercially? If the Government were to leverage multi-year procurement contracts, would vendors pay facilitation costs to increase production quantities or significantly improve production schedules for EW/SIGINT Equipment? Please provide feedback on the attached Electromagnetic Spectrum Operations (EMSO) Characteristics of Need (CON) and EMSO CON Taxonomy limited to 2-pages using either Arial or Times New Roman Font size 12. Please address these questions for general feedback in your response. Does this document clearly articulate the Army's needs, effects and objectives for future EMSO capabilities? Are there any critical aspects of modern EMSO that are not addressed in this document? From your perspective, what are the most significant challenges the Army will face in achieving the vision outlined in this document? Key success factors for such an approach? What are the potential pitfalls? Regarding Partnership and Acquisition please address in your response. The document mentions ""industry partnerships"" as a core part of the modernization effort. What partnership models would be most effective for the rapid development and fielding of EMSO capabilities? What changes to the traditional acquisition and contracting processes would you recommend enabling the ""continuous integration and delivery of EMSO capabilities"" as described in the document? RESPONSES. Interested parties are requested to respond to this RFI. Responses shall provide the following minimum administrative information: Name, mailing address, phone number, and e-mail of designated point of contact, DUNS number, CAGE CODE and a statement regarding small business status, if applicable. Responses are due no later than [13 March 2026]. Responses shall be limited to 4 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information (included in the page limit). Please be advised that all submissions become Government property and will not be returned. Respondents may provide supplemental information such as product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company�s current products that most closely match these capabilities described above. Contractors are encouraged not to include marketing informational materials that do not relate to the products recommended for consideration, as they will be discarded. However, responses may include universal resource locator (URL) links to technical documentation materials (i.e., technical data sheet). QUESTIONS. Questions regarding this announcement shall be submitted in writing by e-mail to: usarmy.apg.peo-iews.mbx.pm-ewc-future-ma-idiq@army.mil. Verbal questions will NOT be accepted. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received will be answered. SUMMARY. THIS IS AN RFI ONLY to identify sources that can provide comprehensive support for future capabilities and requirements for the EW&C family of systems. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bca40355c00240dfb4fcfc5a555f4340/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07728985-F 20260228/260226230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.