SOURCES SOUGHT
58 -- Sources Sought Announcement (SSA) Production, Test, Delivery, Fielding and Support of AN/TPQ-50 Counterfire Target Acquisition (CTA) and Multi-Mission Radar (MMR) Hardware Systems
- Notice Date
- 11/3/2025 9:32:45 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- TPQ-50-CTA-2025-SSA
- Response Due
- 12/3/2025 1:30:00 PM
- Archive Date
- 12/18/2025
- Point of Contact
- Christopher M. Laird, Phone: 520-671-1381
- E-Mail Address
-
christopher.m.laird2.civ@army.mil
(christopher.m.laird2.civ@army.mil)
- Description
- 1. Synopsis The Government is issuing this SSA to assess industry�s ability to satisfy a requirement for the production, test, delivery, fielding and support of CTA and MMR radars for various international customers in response to upcoming foreign military sales (FMS) actions. This effort requires significant technical and engineering knowledge, in-depth system hardware and software expertise, and demonstrated radar engineering, software and logistics support experience. This announcement is not an invitation for bid, request for quotation, or request for proposal and shall not be the basis for any proposal. This announcement intends to obtain information from interested sources regarding their ability to satisfy the U.S. Government�s requirement. 2. Background The AN/TPQ-50 radar system is an L-band CTA radar designed to detect, track and provide Point of Origin (POO) and Point of Impact (POI) locations for hostile rocket, artillery, and mortar (RAM) fire. The AN/TPQ-50 radar system can be quickly set up, operated and relocated to support rapid deployment operations in hostile territory where specific threat axes are not defined. The system can be assembled and disassembled by two Soldiers and is capable of being mounted on a tripod or a M1152A1 High Mobility Multipurpose Wheeled Vehicle. The AN/TPQ-50 radar system provides continuous 360-degree azimuth coverage. It automatically detects and locates hostile weapon positions by tracking the airborne shell. After sufficient projectile track data is processed, the location of the weapon is transmitted to the Advanced Field Artillery Tactical Data System (AFATDS) network via the Single Channel Ground and Airborne Radio System (SINCGARS). 3. Summary of Requirement The following summarizes the potential requirements. AN/TPQ-50 radars (CTA or MMR) including live fire testing of each system Onboard spares, over packed with the system Spares, commonly two-year supply Training including operator and maintainer classes Contractor technical assistance including program management support, contractor logistics support and data Field service representatives (FSRs) to support fielded systems and contractor support for quality assurance test (QAT) Software support Contractor repair and return support a. Contractor support services include program management, training execution, systems engineering, testing, software engineering, integration, information assurance, security, cyber-security, system safety, quality assurance, and configuration management. b. Contractor support requirements include repair and return activities, training, engineering field support, FSRs and logistics product updates (to include but not limited to Interactive Electronic Technical Publications (IETP), Repair Parts Listing updates, and training material updates). Satisfying Performance Work Statement (PWS) requirements demands in-depth knowledge of the system�s technical performance requirements, software requirements, configuration requirements, components, performance characteristics, operation, maintenance, troubleshooting and repair procedures. Possession of the requisite knowledge in the system�s technical and performance characteristics, system operation, software, maintenance and repair, and how to train and instruct soldiers in the operation and maintenance of the system is critical to accomplishing the Government�s test and other program missions for international customers. Access to classified information may be required. 4. Information Requested Responses to this SSA must be unclassified and must not exceed 10 pages in length (includes cover page, table of contents, and any attachments). Responses must be with fonts no smaller than 12 point and one-inch margins. Respondent shall present information in one continuous form in either Microsoft Word and/or Microsoft PowerPoint or .pdf and shall submit that information through e-mail only. Respondents should ensure labeling of information contained as proprietary. The Government will not reimburse responders to this notice for any costs incurred in responding, or in any subsequent exchange of information. The respondent shall address the technical and risk approaches, estimated cost, and schedule constraints associated with each of the aforementioned requirements. The respondent shall clearly identify assumptions related to this response. a. Technical Performance. All responses to this SSA should include the following information: (1) A description of the capability the vendor can provide. (2) A description of similar radar production and integration efforts successfully executed by the vendor. (3) A summary of relevant experience providing radar support services. The vendor should specifically identify programs that employ radar services. b. Risk. (1) Assess and characterize the technical and schedule risk and identify risk mitigation strategies. (2) Identify potential partner/teaming arrangements or joint ventures that will be required to satisfy this requirement. Estimate the duration required to formalize these arrangements. (3) Clearly identify assumptions on which you developed your response. Identify any required GFE/GFI and all required Government support anticipated. (4) Provide any other relevant information you wish to share regarding your ability to satisfy this requirement. 5. Response Requirements All responses should include a cover page with the following information: a. Company Name b. Mailing Address and Website c. Point of contact, with email address. d. Commercial and Government Entity (CAGE) Code e. State your company�s associated business size and eligibility under U.S. Government socio-economic programs and preference (i.e., type of business-large, small, small-disadvantaged, women-owned, veteran-owned or 8(a)). f. Data Universal Numbering System (DUNS) number g. Identification of business size, i.e. U.S. large or small business in relation to North American Industry Classification System Code 334511. Small businesses must identify any applicable socio-economic categories such as small, disadvantaged business, service-disabled veteran-owned small business, 8(a), woman owned small business, etc. The Government will verify all company information via the System for Award Management (SAM) database. All interested vendors possessing the capabilities herein are encouraged to respond to this notice by providing the information specified herein, on or before 4:30 p.m. Eastern Daylight Time on 03 DEC 2025. Submit information via email to the Contract Specialist, Christopher M. Laird and christopher.m.laird2.civ@army.mil. The Government will not honor telephone or email requests for additional information. All documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3405765a8cfc41feb7529302d3548185/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07634108-F 20251105/251103230041 (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 |