SOURCES SOUGHT
58 -- SOURCES SOUGHT FOR Communications equipment FOR FOREIGN MILITARY SALES (FMS)
- Notice Date
- 12/17/2025 7:45:04 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 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB26C-FMS_M1_M88
- Response Due
- 2/11/2026 12:00:00 PM
- Archive Date
- 02/26/2026
- Point of Contact
- Andrew W. Kelly, Lonny J. Matesky
- E-Mail Address
-
andrew.w.kelly.civ@army.mil, lonny.j.matesky.civ@army.mil
(andrew.w.kelly.civ@army.mil, lonny.j.matesky.civ@army.mil)
- Description
- SOURCES SOUGHT FOR Communications equipment FOR FOREIGN MILITARY SALES (FMS) Description SOURCES SOUGHT FOR Military Radio Systems and services INTRODUCTION The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements. The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company�s solution, and your ability to meet potential system requirements. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM 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 SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND CECOM SAMD administers and manages FMS cases which contain requirements for Partner Nations. CECOM SAMD�s goal is to satisfy customer country requirements for communications equipment to be installed in M1 Abrams tank and M88 Recovery vehicle REQUIRED CAPABILITIES The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to The Kingdom of Saudi Arabia. System Requirements consist of: The U.S. Government is conducting market research to identify potential vendors capable of providing radios and intercom systems for two hundred and ninety-nine (299) M1 Abrams tanks and thirty (30) M88 Recovery Vehicles for the Kingdom of Saudi Arabia. The systems must meet the following requirements: Compatibility: Radios shall be fully compatible with the Panther EDR VRQ-327 and the SOTAS Intercom System currently installed in their existing vehicles. Radios must integrate seamlessly with existing communication systems to ensure operational effectiveness. Platform-Specific Design: Radios must be designed specifically for tank platforms and armored vehicles. Handheld radios will not be accepted; the radios must be ruggedized and suitable for installation in M1 Abrams tanks and M88 Recovery Vehicles. Training: Vendors shall provide in country operator and maintainer training to ensure personnel are proficient in the use, maintenance, and troubleshooting of the radios. Site Survey and Installation Services: Vendors shall conduct a site survey to assess installation requirements. Vendors shall provide CONUS and OCONUS installation services for the radios in the vehicles, ensuring proper functionality and integration. Field Service Representative (FSR) Support: Vendors shall provide in-country Field Service Representative (FSR) support to assist with installation, troubleshooting, and maintenance of the radios. FSRs must be available to provide on-site technical expertise during the deployment and operational phases. Technical Support: Vendors shall offer ongoing technical support and maintenance services to ensure the radios remain operational throughout their lifecycle. Submission Requirements: Interested vendors are requested to submit the following information: Company Information: Name, address, point of contact, email, and phone number. DUNS number and CAGE code. Capabilities Statement: Description of the company�s ability to provide radios compatible with the Panther EDR VRQ-327 and SOTAS Intercom System. Experience in providing operator and maintainer training, site surveys, and installation services. Past Performance: Provide examples of previous contracts or projects involving similar requirements, including compatibility with military communication systems. Technical Specifications: Provide technical details of the radios being offered, including frequency range, encryption capabilities, and interoperability features. Delivery Timeline: Estimated timeline for delivery, installation, and training. Additional Information: Any other relevant information that demonstrates the vendor�s ability to meet the requirements. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY NAICS - 334220: Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing PSC � 5810: Communications Security Equipment and Components PSC - U099, R425 SUBMISSION DETAILS Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Andrew W. Kelly, in either Microsoft Word or Portable Document Format (PDF), via email andrew.w.kelly.civ@army.mil no later than 3:00p.m. Standard Time (EST) on 11 February 2026. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. 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. Attachments/Links No attachments or links have been added to this opportunity. Contact Information Contracting Office Address ABERDEEN PROVING GROUND, MD 21005-5001 Primary Point of Contact: Andrew W. Kelly Email: andrew.w.kelly.civ@army.mil Secondary Point of Contact Lonny J. Matesky Email: lonny.j.matesky.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7dfb649a3ca24a28872474420e6b8d3b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07669379-F 20251219/251217230039 (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 |