Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOURCES SOUGHT

58 -- Request for Information Regarding Micro Transponder for Army Aviation Platforms

Notice Date
3/12/2026 10:49:55 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
W15P7T-26-RFI-Micro-Transponder-12MAR2026
 
Response Due
3/19/2026 9:00:00 AM
 
Archive Date
04/03/2026
 
Point of Contact
Daniela Caughron, John Ricci
 
E-Mail Address
daniela.i.caughron.civ@army.mil, john.t.ricci3.civ@army.mil
(daniela.i.caughron.civ@army.mil, john.t.ricci3.civ@army.mil)
 
Description
This Request for Information (RFI) is issued for informational purposes and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response. 1.0 Scope Assured Airspace Access Systems (A3S) is issuing this RFI to conduct market research and identify sources with the capability to design, produce, and deliver a micro transponder. This is not a solicitation for proposals and does not commit the Government to any award or contract. 2. Instructions to Potential Responders: Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience and devices with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below. Company Name Address Point of Contact (include phone number and email address, CAGE Code, Web Page and URL) State the country of ownership for the company. 2.1 Performance Requirements Army Aviation requires a miniaturized Identification Friend or Foe (IFF) and Automatic Dependent Surveillance-Broadcast (ADS-B) transponder to enhance situational awareness and ensure interoperability across joint and combined operational environments. The desired solution must be suitable for integration into a variety of military and civilian air platforms where Size, Weight, and Power-consumption (SWaP) are primary constraints. The micro transponder must meet the following key performance specifications: Feature: Requirement Operational Modes: Must operate in Modes 1, 2, 3/A, C, 5L1&2, and S. Connectivity: Must include a minimum of two (2) Ethernet (10BaseT/100BaseT standard) ports for data interface. Cryptographic Compatibility: Must be compatible with KIV-77 and KIV-79 crypto appliqu�s. Input Power: Must be capable of utilizing standard aircraft power (28VAC) (MIL-STD-704A-F compliance). Output Power: Must achieve 500W maximum output power. DoD AIMS compliance: Must support diversity antennae output. MIL-STD-810H compliance: Must be fully functional in temperature range -40 deg. C to 71 deg. C. MIL-STD-461G compliance: Must be Electromagnetic Environmental Effects (E3) resilient. ADS-B Capability: Must provide both 1090MHz Extended Squitter ADS-B In and ADS-B Out functionality. Physical Dimensions: Approximate dimensions 3.4 inch length x 2.5 inch width x 1.0 inch height. Total weight should not exceed 200 grams. MRL: Minimum 7 Cybersecurity: Must be cyber resilient (DoDI 8500). MIL-STD-882E: Must be System Safety compliant. 3.0 Information Requested from Respondents Interested parties are requested to provide a concise response that addresses the following areas: Company Profile: A brief overview of your company, including core competencies, relevant experience with military aviation electronics, and past performance with similar systems. Technical Approach: A description of your proposed solution that meets the requirements in Section 2.1. This should include details on how your solution addresses the required modes, crypto-compatibility, and physical dimensions. Technology Readiness Level (TRL): An assessment of the current TRL of your proposed system or key components. Integration and Interoperability: Information on the ease of integration with existing Army aviation platforms and avionics architectures. 4.0 Submission Instructions Responses should not exceed 10 pages. Please submit your response electronically to [INSERT EMAIL ADDRESS] no later than the response deadline. All correspondence should reference the RFI number [INSERT REFERENCE NUMBER]. Proprietary information should be clearly marked. The Government will protect such information from unauthorized disclosure. 5.0 Disclaimer This RFI is not an RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, ""Request for Information or Solicitation for Planning Purposes"", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked ""Proprietary"" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/86639afcc7e94c8daeab5a022c823445/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, USA
Country: USA
 
Record
SN07744117-F 20260314/260312230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.