AH-64 Apache Fire Control Radar
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is conducting a Sources Sought to identify qualified large and small businesses capable of providing depot repair and sustainment support for the AH-64 Apache Fire Control Radar (FCR). This market research aims to inform a future acquisition decision for a highly complex and critical defense system. Responses are due February 27, 2026.
Scope of Work
The selected contractor will be responsible for comprehensive supply support and depot-level maintenance of highly complex electrical components of the FCR system. This includes providing all necessary hardware, software, logistical support services, and engineering services to sustain the Apache FCR Program. Sustainment encompasses all depot-level support elements, system components, test equipment, and the supply/retrograde infrastructure, up to and including Contractor Supply Support Activities. The effort also requires managing stock, storage, and issuance of Legacy and Generation2 Radio Frequency Interferometer components, and performing depot repair at the Line Replaceable Module (LRM) and Line Repairable Unit (LRU) level within specified performance times. A key requirement is demonstrating Original Equipment Manufacturer (OEM) cooperation with U.S. Government technical engineers to mitigate obsolescence, diminishing manufacturing sources, and modification impacts.
Contract & Timeline
- Type: Sources Sought (anticipated future contract under FAR 15, Contracting by Negotiation)
- Anticipated Contract Type: Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee performance-based contract
- Anticipated Duration: One-year base period with four additional one-year options
- Set-Aside: None specified (market research stage)
- Response Due: February 27, 2026, 10:00 PM EST
- Published: February 12, 2026
Additional Notes
This is a Sources Sought Notice for market research purposes only; it is not a Request for Proposal (RFP) and will not result in a contract award. The Government does not own the Technical Data Package (TDP) for this action; it is held by Longbow Limited Liability Company (LBL). Interested offerors must demonstrate access to the TDP or explain how requirements can be met without it, without incurring significant additional costs. No reimbursement will be made for response costs. Responses should be submitted via email to Meagan Melton (meagan.m.melton.civ@army.mil) and Jessica Mangum (jessica.t.mangum.civ@army.mil). No telephone inquiries will be accepted.