SOURCES SOUGHT
58 -- Next Generation Tactical Radio
- Notice Date
- 5/8/2025 1:15:48 PM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-25-RFPREQ-TPM209-0314
- Response Due
- 6/7/2025 11:00:00 AM
- Archive Date
- 06/22/2025
- Point of Contact
- Sham Keswani, Travora Levasseur
- E-Mail Address
-
sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil
(sham.v.keswani.civ@us.navy.mil, travora.r.levasseur.civ@us.navy.mil)
- Description
- 1.0 INTRODUCTION a. The Naval Air Systems Command (NAVAIR) PMA-209, NAS Patuxent River, MD is seeking information for potential sources regarding a modular Software Defined Radio for U.S. Navy and Marine Corps aircraft called the Next Generation Tactical Radio (NGTR). The NGTR is planned to support voice and data Waveforms in the Very High Frequency (VHF), Ultra High Frequency (UHF), and L radio frequency bands with potential support for S and Ku, and Ka bands for satellite communications. The radio must also support embedded crypto that meets the latest National Security Agency (NSA) High Assurance Device (HAD) requirements. b. 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 a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this sources sought is being used to gather constructive information from industry to improve the RFP. c. The following documents are attached to this Sources Sought Notice: Not Applicable d. The following dates are anticipated time frames associated with this requirement: Estimated Draft RFP Release: 1st Quarter FY 26 Estimated Final RFP Release: 2nd Quarter FY 26 Estimated Award Date: 2nd Quarter FY 27 e. Primary Place of Performance: Contractor facility and as needed at government test sites and government facilities for meetings with NAVAIR and NSA. 2.0 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 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 IS STRICTLY VOLUNTARY. 3.0 PROGRAM BACKGROUND The NGTR system�s goal is to develop a small form factor system compatible with existing and future U.S. Navy and Marine Corps aircraft that will support: Communications waveforms in the VHF, UHF, and L radio frequency bands with potential support for S and Ku, and Ka bands for satellite communications Embedded cryptography that meets the latest NSA HAD requirements A Modular Open Systems Approach (MOSA) to support rapid integration, reduce acquisition risk and increase system availability 4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES The NGTR software defined radio is expected to meet the following requirements: Support VHF/UHF communications waveforms including AM/FM, Air Traffic Control (ATC), Public Safety, Have Quick II, SATURN, SINCGARS, DAMA, MUOS, JPALS, ACLS Link 4, and Automatic Direction Finding (ADF) Capable of supporting waveforms across the following frequency ranges: VHF, UHF, L-band, S-band, Ku-band, and Ka-band with an instantaneous bandwidth of no less than 20 MHz Supports RF power output up to 25 Watts Size is less than 5.0-inch x 5.6-inch x 10.0 inches Meets U.S. Navy and Marine Corps aircraft environmental requirements Operates on 28V Direct Current Power and with a draw of less than 200 Watts when transmitting/receiving and less than 50 Watts when only receiving Conduction cooled System security meeting the latest RMF requirements and containing embedded cryptography meeting the latest NSA HAD requirements Minimizes the need for new support equipment by maximizing utilization of existing equipment including the Program Loader Set and Simple Key Loader Ease of integration onto existing U.S. Navy and Marine Corps aircraft by utilizing existing aircraft ancillary equipment (e.g. Control panels, RF amplifiers/antennas, Networking hardware, etc.) Predictive Maintenance including ability to predict likely equipment failure including recommended corrective actions Software (SW) is updatable at the organizational level Adheres to the MOSA approach, ensuring that all modules are defined using open standards and does not contain any proprietary interfaces The NGTR Contractor is expected to meet the following qualifications: Has secure military software defined radios with embedded NSA certified cryptography Has experience in agile and modular development and testing, incorporating customer feedback throughout the process Has the ability to obtain top secret security clearances for employees and facility within 12 months of contract award, including the ability to support development and test up to the Top-Secret level Has experience in developing UHF and VHF RF radios supporting military and non-military communications waveforms Has experience producing similarly complex equipment with a production rate greater than 100 per month Has experience in Model-Based Systems Engineering (MBSE) Has experience in providing program management, systems engineering, design engineering, materials, services, equipment, facilities, testing, technical data packages, full spectrum logistics support, manufacturing, travel, and administrative support Has expertise and experience in reducing total life cycle support costs and utilizing predictive maintenance strategies to streamline repair procedures and reduce maintenance downtime Has experience establishing, maintaining, and documenting a proactive DMSMS (Diminishing Manufacturing Sources and Material Shortages) and obsolescence programs 5.0 ELIGIBILITY a. The applicable North American Industry Classification System (NAICS) code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a Small Business Size Standard of 1,250 Employees. b. The Product Service Code (PSC) is 5821, Radio and Television Communication Equipment, Airborne. c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. To assist in market research and determination of any applicable small business set-aside for this effort, small businesses interested in priming this effort and planning to use �similarly situated entities� to meet the Limitations on Subcontracting, are requested to identify the name & CAGE Code of the specific firm(s) intending to partner/subcontract with to meet the stated requirements, as well as their small business size status under the NAICS that as the prime, you would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) to assist the Government�s capability determination. 6.0 SUBMISSION DETAILS a. Interested parties shall submit a document outlining their capabilities in meeting the special requirements and required capabilities as outlined in paragraph 4.0 of this Sources Sought Notice. b. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements: Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. Document Type: Adobe PDF Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Sham Keswani at sham.v.keswani.civ@us.navy.mil Response date: Responses are due by 2:00PM EST on 07 June 2025 No classified information shall be submitted in response to this Sources Sought No phone calls will be accepted All questions must be submitted via email to the Contract Specialist, Sham Keswani at sham.v.keswani.civ@us.navy.mil 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 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. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise resulting from response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f17525be627e41ba98f49e0e4c5383f7/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07437126-F 20250510/250508230058 (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 |