AN/USC-28(V) Satellite Communication Sets (SCS)
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 US Army Communications-Electronic Command (CECOM) is conducting a Request for Information (RFI) – Sources Sought to identify potential sources capable of providing maintenance support for the AN/USC-28(V) Satellite Communication Sets (SCS) and the Charon Merged Emulator. This market survey aims to gauge industry capabilities and relevant experience. Responses are due March 18, 2026, at 10:00 AM EDT.
Purpose & Scope
This RFI seeks to identify qualified vendors for depot-level repair and overhaul of Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), and end-items for both airborne and ground-based AN/USC-28(V) SCS and Charon Merged Emulator systems. The scope includes, but is not limited to:
- Depot-level repair and overhaul of LRUs, SRUs, and end-items.
- Providing Field Maintenance Technician (FMT) support.
- Testing, inspection, and certification of equipment.
- Management of Government-Furnished Property (GFP).
- Implementation of a Failure Reporting, Analysis, and Corrective Action System (FRACAS).
- Diminishing Manufacturing Sources and Material Shortages (DMSMS) management.
- Configuration Management and Control.
An accompanying spreadsheet, USC-28_NSNs.xlsx, lists relevant National Stock Numbers (NSNs) and nomenclature for components.
Contract Details
- Anticipated Contract Type: Cost-Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ).
- Estimated Ordering Period: Three years (36 months) with two (12-month) option periods.
- Place of Performance: To be determined at the delivery/task order level.
- Set-Aside: None specified (Sources Sought).
Submission & Deadlines
- Response Deadline: Wednesday, March 18, 2026, at 10:00 AM EDT.
- Format: Microsoft Word or Excel, maximum 15 pages, Arial font size 12.
- Submission Method: Email to roxanne.barbaris.civ@army.mil and alyson.n.scholz.civ@army.mil.
- Content: Capability statement including company details (Name, CAGE, DUNS, Address, POC, Business Size), demonstration of technical expertise, facilities, personnel, equipment, and responses to the Contractor Questionnaire. Offerors must have an accounting system capable of reporting costs per FAR subpart 31.2 if a cost-type contract is used.
Additional Notes
This is a Sources Sought Notice only and not a Request for Proposal (RFP). The government does not own a complete Technical Data Package (TDP) for all components; respondents must demonstrate the ability to perform maintenance potentially through reverse engineering or existing data. No payment will be made for information submitted, and no Industry Day is planned. Telephone calls or office visits will not be accepted.