SOURCES SOUGHT
58 -- ARC-210 Production IDIQ
- Notice Date
- 12/18/2025 1:21:48 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
- N00421-26-RFPREQ-TPM209-0158
- Response Due
- 1/22/2026 12:00:00 PM
- Archive Date
- 01/10/2026
- Point of Contact
- Ryan Chandlee, Sham Keswani
- E-Mail Address
-
ryan.m.chandlee.civ@us.navy.mil, sham.v.keswani.civ@us.navy.mil
(ryan.m.chandlee.civ@us.navy.mil, sham.v.keswani.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Introduction The Naval Air Warfare Center Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD, in support of AN/ARC-210(V) Tactical Communications (TACCOM), is issuing a Sources Sought for the procurement of AN/ARC-210(V) radio systems and associated ancillary/support equipment. The AN/ARC-210(V) radio is a common avionics Cryptographic Controlled Item (CCI) hardware utilized by the United States (U.S.) Navy, U.S. Marine Corps, U.S. Air Force, U.S. Army, U.S. Coast Guard, International Programs Office (IPO) customers, and other authorized entities. It is designed to align and comply with National Security Agency (NSA) objectives. The AN/ARC-210(V) radio system and associated ancillary/support equipment are used in fixed and rotary wing aircraft, Unmanned Air Vehicles (UAV), ground stations, airborne consoles, and various U.S. Navy and U.S. Coast Guard ship classes. 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. 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.� 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. Program 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 AN/ARC-210(V) is host to a variety of waveforms including but not limited to Tactical Secure Voice (TSV), Second Generation Anti-Jam Tactical UHF Radio for North Atlantic Treaty Organization (SATURN), Mobile User Objective System (MUOS), and Integrated Waveform (IW). Anticipated Contract Type The anticipated contract type is a Single Award Indefinite Delivery Indefinite Quantity (IDIQ), the orders issued under the IDIQ are anticipated to be Firm Fixed Price. Anticipated Period of Performance The resultant follow-on Production IDIQ will consist of a five (5) year Ordering Period expected to start October 2027 through September 2032. Subsequent period of performance for the orders will be determined at the individual task/delivery order level. Capability Statement/Requirements 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 have established production capabilities for building, delivering, and repairing the AN/ARC-210(V) family of radios and associated ancillaries/support equipment at time of contract award. All contracted procurements must be manufactured by the firm in the Continental United States (CONUS) with eligibility to ship to CONUS and Outside the Continental United States (OCONUS) end users in support of both domestic and Foreign Military Sales (FMS) customers. The firm must have specialized knowledge of shipping/receiving Cryptographic Controlled Items (CCI), National Security Agency (NSA) compliance, engagement with the Defense Contractor Management Agency (DCMA), knowledge and management of Transportation Account Codes (TAC), and International Programs Office (IPO) procurement controls. Eligibility a. The applicable 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 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. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime 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) in order to assist the Government�s capability determination. Submission Requirements Interested parties shall submit a document outlining their capabilities in meeting the special requirements and required capabilities as outlined in this Sources Sought Notice. 1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. 2. Document Type: Adobe PDF. 3. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil. 4. Response date: Responses are due by 3:00PM EST or EDT on 22 January 2026. 5. No classified information shall be submitted in response to this Sources Sought. 6. No phone calls will be accepted. 7. All questions must be submitted via email to the Contract Specialist, Ryan Chandlee, at ryan.m.chandlee.civ@us.navy.mil. 8. 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. 9. 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. 10. 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 as a result of a response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/40b3daf700c94b7baa2489ce0ca3f828/view)
- Place of Performance
- Address: Cedar Rapids, IA 52498, USA
- Zip Code: 52498
- Country: USA
- Zip Code: 52498
- Record
- SN07670698-F 20251220/251218230044 (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 |