SOURCES SOUGHT
99 -- Request for Information - Joint Tactical Terminal - Next Generation Production/Sustainment Services
- Notice Date
- 7/22/2025 6:57:35 AM
- 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-25-R-0009
- Response Due
- 8/12/2025 1:00:00 PM
- Archive Date
- 08/27/2025
- Point of Contact
- Benga Adegborioye
- E-Mail Address
-
adegbenga.o.adegborioye.civ@army.mil
(adegbenga.o.adegborioye.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This SSA is a market survey to identify potential sources to provide production/ sustainment services. Additionally, potential source would be required to manufacture the items and spare modules over a period up to five years for the Satellite Communication AN/URC-158(V)1 / AN/URC-158(V)2 / AN/URC-158(V)3, aka, Joint Tactical Terminal - NextGen (JTT-NG). The JTT-NG items are currently being manufactured via contract W56KGY-20-D-0013. This effort is to provide JTT-NG hardware sustainment for the systems mentioned above and the ability to execute engineering change proposals (ECPs) for obsolete items. The following are specific requirement identified by USG: Hardware Production. Manufacture and test for selloff/acceptance of approximately 1,000 JTT-NG terminals to add to the existing fleet. Hardware Sustainment. Provide logistics support and sustainment of approximately 1,000-2,000 JTT-NG terminals. The service efforts are to include repair of repairable Line Replacement Units (LRUs) and Shop Replacement Units (SRUs) from users; maintain rotable stocks for maintaining required Operational Availability (Ao); update logistics documentation such as provisioning data, tech manuals and drawings; provide operator and maintainer training; and provide field support for upgrading terminals in the fields. The following are the list of JTT-NG LRUs/SRUs: AN/URC-158(V)1 NSN 5895-01-708-2163; AN/URC-158(V)2 NSN 5895-01-709-0617; AN-URC-158(V)3 NSN 5895-01-708-9620; BXU, R-2727(C) (LRU) NSN 5820-01-719-5714; BXU, R-2733(C) (LRU) NSN 5820-01-719-6177; EPA, Tx Power Amp (LRU) NSN 5996-01-720-0430; BXU Tray (LRU) NSN 5975-01-719-4970; EPA Tray (LRU) NSN 5975-01-719-4896; Transceiver Crypto Module (SRU) NSN (TBD) Initial spares stocks. Plan spares stock for approximately two years. Maintain, track, and procure additional LRUs/SRUs items to bring the total initial spares stocks to an adequate stock level for approximately 2,000 JTT-NG systems. Engineering Change Proposal (ECP). Conduct ECPs for software updates and parts obsolescence mitigation. Perform hardware/software integration on new parts into JTT-NG and requalify updated system as needed. Update drawings and logistics documents to reflect new parts. Currently known obsolete parts piece includes DRAM chips. The current source of supply and services for JTT-NG systems is DRS Airborne Intel Systems, Beavercreek, OH. The Government currently possesses software source code for JTT-NG, but does not currently have possession of all of the hardware drawings. If the Government is able to obtain the drawings, they could be made available for information only as the Government will not be able to audit/validate the technical data. This is not a request for proposals. Contractors who believe they possess the requisite experience and expertise to meet these requirements should respond in writing. The response must include documentation such as drawings, test results, and other technical information demonstrating that the supplier can provide the required hardware, logistics, and engineering services. Interested sources shall submit their responses via email addressed to all Point of Contacts (POCs) identified below with the following requirements: Provide Production and/or Repair data on any NSNs identified above; along with associated previous contract history for these NSNs or similar NSNs, if applicable. Provide information to demonstrate availability of adequate production and/or repair facility and resources. Provide risk assessment/mitigation plan of taking over sustainment and working on obsolescence redesign due to lack of available adequate technical data. Provide capability statement with supporting detailed technical, logistical, and managerial back-up data to demonstrate specific parts of the requirement where the contractor�s interest lies. Specify location of production/repair facility. Indicate availability of latest technical documentation for items of interest in case such data cannot be supplied by the Government. Item(s) of interest will be manufactured and/or repaired in the Continental United States (CONUS).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7979a86d2f8646a699a591d65585c721/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07519882-F 20250724/250722230048 (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 |