Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2025 SAM #8718
SOURCES SOUGHT

58 -- AN/ARC-210(V) Tactical Communications (TACCOM) BOA

Notice Date
10/7/2025 11:12:57 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-26-RFQREQ-TPM209-0126
 
Response Due
11/19/2025 12:00:00 PM
 
Archive Date
11/19/2025
 
Point of Contact
Kassidy Cross, Phone: 3018521076
 
E-Mail Address
kassidy.a.cross.civ@us.navy.mil
(kassidy.a.cross.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD in support of AN/ARC-210(V) Tactical Communications (TACCOM), for the procurement of supplies and services that support the AN/ARC-210 (V) and associated support equipment. The AN/ARC-210(V) supplies and services include repair/modification, spare/repair parts, hardware not covered under existing contracts, development/ modification of support equipment, test and integration support, Pre-planned Product Improvements (P3I), engineering and technical support, studies/investigations including but not limited to new capabilities/additions to existing capabilities, contractor validation/verification of engineering changes, technical documentation, Acquisition Logistics Support (ALS) to include supportability analysis with ALS data, training support and equipment, technical manuals, bricked radio recovery from a known battery issue or software loading issue, and obsolescence management. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitations (To be determined at the order level). The results of the Sources Sought will be utilized to determine if any Small Business opportunities exist for the sole source procurement for the award of this BOA. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FOR ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. BACKGROUND The AN/ARC-210(V) is a family of radios which provide Ultra High Frequency (UHF)/Very High Frequency (VHF) Amplitude Modulation/Frequency Modulation (AM/FM) anti-jam capabilities, providing secure voice and data communications in both Line-of-Sight (LOS) and Beyond-LOS (BLOS) modes. The effort will support Quantum Resilience (QR) cryptographic requirements and Security Evaluation Requirements Document (SERD) compliance incorporation, which represents replacement of the National Security Agency (NSA) legacy Information Assurance Security Requirements Document (IASRD). The BOA will also include continued robust enhancements to Tactical Secure Voice (TSV), Secure Tactical Communication � Interoperability Specification (STaC-IS), Mobile User Objective System (MUOS), Integrated Waveform (IW), Single Channel Ground and Airborne Radio System (SINCGARS), and Second-Generation Anti-Jam Tactical UHF Radio for North Atlantic Treaty Organization (NATO) (SATURN) waveforms. ANTICIPATED CONTRACT TYPE The contract type for the orders issued under the BOA is anticipated to be performance based (firm Fixed Price) and non-performance based (Cost Plus Fixed Fee (CPFF)). ANTICIPATED PERIOD OF PERFORMANCE The resultant follow-on BOA will consist of a five (5) year Ordering Agreement Period expected to Start October 2026 through September 2031. Subsequent period of performance for the orders will be determined at the individual task/delivery order level. ELIGIBILITY The Product Service Code (PSC) for this requirement is 5826 (Radio Navigation Equipment, Airborne). The North American Industry Classification System Code (NAICS) is 334290 (Other Communications Equipment Manufacturing). All eligible parties are encouraged to respond. CAPABILITY STATEMENT/REQUIREMENTS The firm must be capable of providing software sustainment and support in the form of periodic software releases for the AN/ARC-210(V), specifically the RT-2036 6th Generation �Gen6� Radio. In addition to performing this, the firm must have specialized knowledge of the AN/ARC-210(V) radio, a common avionics hardware capable of Ultra High Frequency (UHF)/Very High Frequency (VHF) Amplitude Modulation/Frequency Modulation (AM/FM) anti-jam capabilities that provide secure voice and data communications in Line-of-Sight (LOS) and Beyond Line-of-Site (BLOS) modes. The firm must be capable of producing solutions in the existing software-defined modernized cryptographic avionics hardware that supports legacy and modern waveforms and facilitates tactical communications for the end user. The firm must be capable of supporting the following activities as pertains to the AN/ARC-210(V) and associated support equipment to include but not limited to: repair/modification, spare/repair parts, development/modification of support equipment, test and integration support, engineering and technical support, studies/investigations, engineering changes, training, and technical manuals. Technical consulting, onsite support, and other contracted services/support must be facilitated by the firm in Continental United States (CONUS) and Outside the Continental United States (OCONUS) to support domestic and Foreign Military Sales (FMS) customers. SUBMISSION REQUIREMENTS SUBMITTAL INFORMATION It is requested that interested businesses submit a brief capabilities statement package to the A2523000 Procurement Group in no more than 10 pages in length demonstrating their capabilities. A page is defined as a single sided 8.5� by 11� page using 1� margins from each edge. Response must be in font size 12, Times New Roman. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. The capability statement shall be submitted via Electronic-mail (Email) to the Contract Specialist, Kassidy Cross at Kassidy.a.cross.civ@us.navy.mil. Submission must be received at the email address specified no later than 3:00 pm Eastern Standard Time (EST) on 19 November 2025. The information shall be submitted as UNCLASSIFIED. No phone calls will be accepted. All questions or inquiries regarding this notice must be directed to Contracting Officer, Travora Levasseur at Travor.r.levasseur.civ@us.navy.mil and Contract Specialist, Kassidy Cross at Kassidy.a.cross.civ@us.navy.mil The Government may elect to not discuss submissions received in response to this Sources Sought with individual responders. There is no requirement to respond to the Sources Sought to be eligible for this procurement. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All information received in response to this Sources Sought may be marked �Proprietary�. After all data has been reviewed, an e-mail response will be sent. Response Submission Deadline: Responses to the Sources Sought must be submitted no later than 3:00 PM, Eastern Standard time on 19 November 2025. Sources Sought submissions will be accepted as email attachments only. All responses must be sent to the Contract Specialist, Kassidy.a.cross.civ@us.navy.mil, with the following subject line: �AN/ARC-210(V) Sources Sought Response�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3c5ad508974546d2b4c8f39ec73962c8/view)
 
Place of Performance
Address: Cedar Rapids, IA 52498, USA
Zip Code: 52498
Country: USA
 
Record
SN07614125-F 20251009/251008010145 (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!  © 1994-2024, Loren Data Corp.