Airborne Position Location System (APLS)
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 Department of the Army is issuing a Sources Sought Notice for Airborne Position Location System (APLS) Sustainment Support Services at Fort Bragg, North Carolina. This market research aims to identify qualified vendors for remote and on-site hardware/software warranty and sustainment, supporting a future competitive procurement. Responses are due April 23, 2026.
Purpose
This is a Sources Sought Notice for information and planning purposes only. The U.S. Government intends to award a contract for APLS sustainment and is seeking vendors to support a competitive procurement. The Army encourages all interested businesses, including small businesses across all socioeconomic categories, to respond to help determine potential set-asides. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP).
Scope of Work
The requirement is for non-personal services to sustain the Airborne Position Location System (APLS) for the U.S. Army Operational Test Command, Airborne and Special Operations Test Directorate (ABNSOTD). This includes:
- Hardware Support: Depot-level repair, refurbishment, and upgrades for personnel units, pallet units, MAPLS units, GPS re-radiator assemblies, rapid data download/charger racks, and analysis workstations.
- Software Support: Covering both legacy and new APLS software.
- Onsite Support: At Fort Bragg, NC, the contractor's facility, and potentially other deployed locations like Fort Benning, GA, and Fort Carson, CO.
- Technical Support: Telephonic troubleshooting during normal business hours.
- Performance Standards: Average turnaround time for repairs and upgrades is no more than seven days. Personnel require a Confidential level security clearance.
Contract & Timeline
- Anticipated NAICS Code: 811210 – Electronic and Precision Equipment Repair and Maintenance, with a size standard of $34.0 million.
- Current Contract: Requirement is currently fulfilled under DATM01-01-C-0006.
- Anticipated Period of Performance: A five-year IDIQ base contract period from February 12, 2027, to February 11, 2032.
- Response Due: April 23, 2026, at 4:00 PM Central Daylight Time (CDT).
- Published: March 23, 2026.
Information Requested (Max 5 pages)
Interested parties should provide:
- Firm details (name, POC, contact info, UEI, CAGE, small business status/certifications, NAICS).
- Interest in competing as a prime, and details of any subcontracting, joint ventures, or teaming arrangements, including proof of authorized reseller status.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial, certifications).
- Information on commercial availability, including pricing, delivery schedules, terms, and warranties.
- Recommendations on how to best structure contract requirements to facilitate competition, especially among small businesses.
- Identification of any conditions or actions that may unnecessarily restrict competition, with rationale.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
Additional Notes
Responses will not be acknowledged. Not responding does not preclude future participation in any potential solicitation.