Air Defense Communication Services Air 5 Sources Sought Notice
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 Defense Information Systems Agency (DISA) is issuing a Sources Sought Notice to identify qualified large and small businesses for the upcoming Air Defense Communications Services 5 (ADCS5) requirement. This effort seeks sustainment engineering for command and control (C2) communications for the Air Defense of the United States. The goal is to maintain ADCS availability, manage its lifecycle, support the Program Management Office, and enhance cybersecurity. Responses are due February 16, 2026.
Scope of Work
The requirement includes:
- Comprehensive management, maintenance, lifecycle reporting, repair, and logistics for geographically dispersed communications systems.
- Management and support of diverse communications infrastructure (e.g., remote radio, radar systems, Mode-5 equipment) across the continental U.S., Alaska, Hawaii, and Guam.
- Providing 365/24/7 support for critical C2 facilities.
- Delivering responsive technical assistance and Tier 2 technical support.
- Integrating and maintaining cybersecurity compliance throughout the system lifecycle, including serving as the Information System Security Manager (ISSM) for the ADI enterprise.
- Extending voice communications to tactical or austere environments and sustaining the CONR Forensic System.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: April 1, 2027, through March 31, 2029, with four two-year option periods.
- Anticipated Place of Performance: Multiple locations including Tyndall AFB, FL; Griffiss Industrial Park, Rome, NY; Joint Base Lewis McChord, Lakewood, WA; Joint Base Elmendorf-Richardson, Anchorage, AK; Wheeler Army Airfield, Mililani, HI; and various remote locations.
- Current Incumbent (ADCS4): General Dynamics Information Technology.
- Response Due: February 16, 2026, by 4:00 PM CST.
- Published: January 16, 2026.
Eligibility & Set-Aside
- NAICS Code: 541512 Computer Systems Design Services (size standard $34,000,000).
- DISA is seeking responses from large and small businesses, including HUBZone, 8(a), Veteran-Owned, Service-Disabled Veteran-Owned, Small Disadvantaged, and Woman Owned Small Businesses.
- Respondents must demonstrate the ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting, and are encouraged to provide information on plans for joint ventures or partnering.
Submission & Evaluation
This is not a Request for Proposal (RFP); responses are for informational purposes only. Interested businesses should submit a brief capabilities statement package (no more than 10 pages) demonstrating their ability to perform the required services. Submissions should be emailed to jessica.d.penick.civ@mail.mil and thuyduong.t.le.civ@mail.mil.
Additional Notes
Responses are voluntary, and no funds are available for preparation. All submitted information becomes Government property. Proprietary information must be clearly marked.