SOURCES SOUGHT
R -- Tactical Integrated Ground Suite (TIGS) Vehicle Study Prototype
- Notice Date
- 9/26/2025 6:10:04 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
- W56KGY-25-R-RB01
- Response Due
- 10/1/2025 1:00:00 PM
- Archive Date
- 10/02/2025
- Point of Contact
- Raymond Bailey, Phone: 520-671-3644, Demetra Gilmore, Phone: 256-427-3143
- E-Mail Address
-
raymond.c.bailey2.civ@army.mil, demetra.j.gilmore.civ@army.mil
(raymond.c.bailey2.civ@army.mil, demetra.j.gilmore.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute an Other Transaction Authority (OTA) contract or a promise to issue an OTA in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future OTA, if any is issued. Please note, the information received from this RFI is used to help the Government refine the requirement and help identify areas of ambiguity so that, if released, the OTA is well defined. Any feedback/questions as a result of this RFI, will not be responded to directly and will be addressed in the final OTA if the Government deems necessary. DESCRIPTION. The Program Executive Office for Intelligence, Electronic Warfare and Sensors (PEO IEW&S), Project Manager Electronic Warfare & Cyber (EW&C), Product Lead Tactical Space Superiority (TSS) is conducting market research for the design, test, and delivery of future variants of the Tactical Integrated Ground Suite (TIGS). This RFI seeks industry responses and experience with prototyping of integrated satellite communication systems/solutions, in dismounted kit configurations and vehicle-mounted configurations, and with integration of Government furnished hardware and developmental software applications on a custom Graphical User Interface (GUI). The Government�s intent is to prototype vehicle integrated solutions, where the mission system and installation hardware (B-kit) is easily removed from the vehicle and easily seated into a transit case configuration for dismounted operations. REQUESTED INFORMATION If an OTA is solicited for the described requirement will your Company propose on this effort? Yes or No? If yes, please indicate the amount of time required to develop a proposal, 7, 14 or 30 days. If yes, please indicate if your company is a small business. If a small business, please indicate if your company would be capable and intend for at least 50% of the cost of performance incurred for personnel to be expended for employees of your company (See FAR 52.219-14) If your company does not plan to propose, please explain. Do you consider this effort to be a commercial requirement as defined in FAR 2.101? Please explain the reason if yes or no. Which contracting vehicle would be more suitable for this requirement OTA or a FAR 12 contract? Why? Explain your experience and organizational capacity to perform design, testing and prototyping of an integrated satellite communications system/solution in a dismounted kit configuration and a vehicle mounted configuration. Explain your experience with integration of Government furnished software and associated source code for system integration, operation and functionality of TIGS or TIGS-like systems. Explain your experience with integration of Government furnished hardware on Army tactical vehicles, such as the Joint Light Tactical Vehicle (JLTV), Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicle (MATV) and Infantry Squad Vehicle (ISV). Explain your experience with integration of Government furnished hardware with industry proprietary vehicle conversion kits. Explain your methodology and experience with updating and maintaining Government furnished Army publications, technical manuals, and technical documentation (ex. ICDs, systems specifications, drawings, etc.) as a result of DRs, obsolescence, fact-of-life changes, and/or system upgrades. Does your company have access to an indoor high bay SCIF capable of maintaining, storing, testing, and operating a Light Tactical Vehicle (LTV)-mounted classified system (ICS-705-1 and ICS-705-2)? Do you have the ability to respond via email on the Joint Worldwide Intelligence Communication System (JWICS)? Explain your methodology and experience with configuration management and change management with Government furnished technical data and what industry standards, best practices, and tools you have implemented. RESPONSES. Interested parties are requested to respond to this RFI. Responses shall provide the following minimum administrative information: Name, mailing address, phone number, and e-mail of designated point of contact. Responses are due no later than [October 1, 2025]. Responses shall be limited to [10] pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information (included in the page limit). Please be advised that all submissions become Government property and will not be returned. Respondents may provide supplemental information such as product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company�s current products that most closely match these capabilities described above. Contractors are encouraged not to include marketing informational materials that do not relate to the products recommended for consideration, as they will be discarded. However, responses may include universal resource locater (URL) links to technical documentation materials (i.e., technical data sheet). QUESTIONS. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer Raymond Bailey at (raymond.c.bailey2.civ@army.mil). Verbal questions will NOT be accepted. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received will be answered. SUMMARY. THIS IS AN RFI ONLY to identify sources that can provide support as listed above. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/93ab06b6836543cfbb76a690c06a166e/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07606373-F 20250928/250926230047 (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 |