AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA

SOL #: N00421-26-RFPREQ-TPM209-0126Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER AIR DIV
PATUXENT RIVER, MD, 20670-1545, United States

Place of Performance

Cedar Rapids, IA

NAICS

Search (334511)

PSC

Radio Navigation Equipment, Airborne (5826)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 28, 2025
2
Last Updated
Dec 1, 2025
3
Response Deadline
Dec 17, 2025, 7:00 PM

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.

The Naval Air Warfare Center, Aircraft Division (NAWCAD)  PMA-209 Air Combat Electronics  requires support of the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS), to include the Control Display Unit (CDU), Multi-Function Display (MFD), Helmet Mounted Display (HMD) with Digital Night Vision, Integrated Processing Computer (IPC), Data Loader, Tactical Air Navigation System (TACAN) and associated support equipment and software for each system.

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 (To be determined at the order level). The results of the Sources Sought will be utilized to determine if any Small Business opportunities exist for the award of this Basic Ordering Agreement (BOA).

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 FOR 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

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 effort will support Quantum Resilience (QR) cryptographic requirements and Security Evaluation Requirements Document (SERD) compliance incorporation, which represents replacement of the National Security Agency (NSA) legacy Information Assurance Security Requirements Document (IASRD).  The BOA will also include continued robust enhancements to Tactical Secure Voice (TSV), Secure Tactical Communication – Interoperability Specification (STaC-IS), Mobile User Objective System (MUOS), Integrated Waveform (IW), Single Channel Ground and Airborne Radio System (SINCGARS), and Second-Generation Anti-Jam Tactical UHF Radio for North Atlantic Treaty Organization (NATO) (SATURN) waveforms. 

ANTICIPATED CONTRACT TYPE

The contract type for the orders issued under the BOA is anticipated to be performance based (Firm Fixed Price) and non-performance based (Cost Plus Fixed Fee (CPFF)).

ANTICIPATED PERIOD OF PERFORMANCE

The resultant follow-on BOA will consist of a five (5) year Ordering Agreement Period expected to Start October 2026 through September 2031. Subsequent period of performance for the orders will be determined at the individual task/delivery order level.

ELIGIBILITY

The Product Service Code (PSC) for this requirement is 5826 (Radio Navigation Equipment, Airborne). The North American Industry Classification System Code (NAICS) is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). All eligible parties are encouraged to respond.

CAPABILITY STATEMENT/REQUIREMENTS

The firm must be capable of providing software sustainment and support in the form of the Common Cockpit System (CCS) which includes specialized knowledge of the Control Display Unit (CDU), Multi-Function Display (MFD), Helmet Mounted Display (HMD) with Digital Night Vision, Integrated Processing Cabinet (IPC) and data loaders, Flight Management System (FMS), Tactical Air Navigation System (TACAN), and associated support equipment and software for each system.

The firm must be capable of supporting the following activities as pertains to the Common Cockpit System (CCS) and associated support equipment to include but not limited to: repair/modification, spare/repair parts, development/modification of support equipment, test and integration support, engineering and technical support, studies/investigations, engineering changes, training, and technical manuals. 

Technical consulting, onsite support, and other contracted services/support must be facilitated by the firm in the Continental United States (CONUS) and Outside the Continental United States (OCONUS) to support domestic and Foreign Military Sales (FMS) customers.

SUBMISSION REQUIREMENTS

SUBMITTAL INFORMATION

  1. It is requested that interested businesses submit a brief capabilities statement package to the A2523000 Procurement Group in no more than 10 pages in length demonstrating their capabilities. A page is defined as a single sided 8.5” by 11” page using 1” margins from each edge. Response must be in font size 12, Times New Roman.
  2. 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.
  3. The capability statement shall be submitted via Electronic-mail (Email) to the Contract Specialist, Kassidy Cross at Kassidy.a.cross.civ@us.navy.mil.
  4. Submission must be received at the email address specified no later than 3:00 pm Eastern Standard Time (EST) on 28 November 2025.
  5. The information shall be submitted as UNCLASSIFIED.
  6. No phone calls will be accepted.
  7. All questions or inquiries regarding this notice must be directed to the Procuring Contracting Officer, Travora Levasseur at Travora.r.levasseur.civ@us.navy.mil and Contract Specialist, Kassidy Cross at Kassidy.a.cross.civ@us.navy.mil
  8. The Government may elect to not discuss submissions received in response to this Sources Sought with individual responders. There is no requirement to respond to the Sources Sought to be eligible for this procurement. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement.
  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.

All information received in response to this Sources Sought may be marked “Proprietary”. After all data has been reviewed, an e-mail response will be sent.

Response Submission Deadline: Responses to the Sources Sought must be submitted no later than 3:00 PM, Eastern Standard time on 28 November 2025. Sources Sought submissions will be accepted as email attachments only. All responses must be sent to the Contract Specialist, Kassidy.a.cross.civ@us.navy.mil, with the following subject line: “AN/ARC-210(V) Sources Sought Response – TAMMAC/MSMA

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Dec 1, 2025
View
Version 2Viewing
Sources Sought
Posted: Dec 1, 2025
Version 1
Sources Sought
Posted: Oct 28, 2025
View
AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA | GovScope