SPECIAL NOTICE
99 -- Radio frequency (RF) Delivered Effects Platform � Portable 2.0 (RDEP-P2)
- Notice Date
- 3/4/2026 7:30:41 AM
- Notice Type
- Special Notice
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- PMCS-26-RDEP-P2
- Response Due
- 3/13/2026 8:59:00 PM
- Archive Date
- 03/14/2026
- Description
- This Solicitation is associated with the Army's Open Solicitation, W9128Z-25-S-A002. Please see the referenced link for more information https://sam.gov/opp/20f6ad25a7c64be891ca8a24fa9b452b/view. Interested vendors should access the full Commercial Solutions Opening (CSO) announcement through the Vulcan platform at the link provided. https://vulcan-sof.com/login/ng2/submission?collectionUuid=494486d1-5039-49a3-8781-5f40a2aff383 The Government requires a flexible and efficient CEMA system for the Army that can seamlessly integrate various payload cards with functions such as general-purpose processing, specialized graphical processing, storage, networking, RF switching, SDRs, position/navigation/timing, tactical radio communications, and ASICs. These functional cards need to be combined in mission-specific configurations to meet the diverse operational requirements of rapidly deployable, portable, ground and airborne-vehicular, and fixed site CMOSS systems. The goal is to enable the United States Army to achieve the desired battlefield effects effectively and efficiently. The desired system is a cutting-edge, CMOSS-compatible solution that delivers secure, adaptable, and interoperable radio frequency enabled capabilities to meet the evolving demands of modern military operations. Fully compliant with the latest Vehicle Integration for C4ISR/EW Interoperability (VICTORY)1 and Modular Open Radio Frequency (RF) Architecture (MORA)2 standards, the desired system must ensure seamless integration with existing military architectures while maintaining interoperability across diverse platforms. Engineered for versatility, the system (defined as (1) or more hardware devices) must be capable of operating in both unclassified and classified environments, providing secure and adaptable functionality for a wide range of missions. Its lightweight design�the sum of components weighing no more than 100 pounds for rapid-setup, fixed site and vehicular operations� is portable, ensures ease of transport and deployment, making it ideal for use in stationary positions, or within current U.S. Army tactical vehicles. Transitioning between these states (vehicle mounted to stationary, etc.) must be accomplished within 10 minutes by a single operator, minimizing downtime in critical operations. The system must feature an intuitive graphical user interface (GUI) that integrates seamlessly with established military capabilities, such as the Tactical Assault Kit (TAK). This user-friendly interface enhances situational awareness and streamlines operational workflows. Additionally, the system must allow for the re-provisioning of CMOSS cards directly within the chassis, eliminating the need for removal in tactical environments and reducing operational and maintenance complexity. Designed for advanced communication capabilities, the system must enable remote control of RF platforms over-the-air (OTA), ensuring operational flexibility and reducing physical intervention requirements. It must be fully compatible with established U.S. Army fielded IP communications platforms, potentially eliminating the need for external radio systems and enhancing connectivity across the force. Furthermore, the system must support OTA data transmission across other relevant Army Programs of Record, fostering interoperability and ensuring mission-critical information is shared effectively. As an optional capability, Offerors may propose the integration of a Blue small Unmanned Aerial System (sUAS) to extend the range, situational awareness, and operational effectiveness of the platform. The inclusion of this capability is not mandatory but will be considered as part of the overall solution evaluation if offered. This innovative solution represents a significant leap forward in tactical technology, delivering robust, adaptable, and secure capabilities to meet the demands of modern military operations. Interested vendors should access the full Commercial Solutions Opening (CSO) announcement through the Vulcan platform at the link provided. https://vulcan-sof.com/login/ng2/submission?collectionUuid=494486d1-5039-49a3-8781-5f40a2aff383
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/420d75c99e6147ca9403742b7638ef0c/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN07733676-F 20260306/260304230040 (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 |