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 Sources Sought / Request for Information (RFI) to identify potential sources capable of providing maintenance support for AN/USC-28(V) Satellite Communication Sets (SCS) and the Charon Merged Emulator. This market survey aims to gauge industry capabilities and relevant experience for a potential Cost-Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Responses are due March 18, 2026, at 10:00 AM EDT.
Scope of Work
The requirement includes, but is not limited to:
- Depot-level repair and overhaul of Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), and end-items for both airborne and ground-based systems.
- 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. Respondents should note that the government does not own a complete Technical Data Package (TDP) for all components, requiring potential reverse engineering capabilities.
Contract Details
- Type: Sources Sought / Request for Information (RFI) for a potential Cost-Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract.
- Estimated Ordering Period: Three years (36 months) with two 12-month option periods.
- Set-Aside: Not specified (typical for an RFI).
- Place of Performance: To be determined at the delivery/task order level.
- Product Service Code: J014 (Maintenance, Repair And Rebuilding Of Equipment: Guided Missiles).
Submission & Deadlines
- Response Deadline: Wednesday, March 18, 2026, at 10:00 AM EDT.
- Format: Microsoft Word or Excel, not exceeding 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.
- Accounting System Requirement: Offerors must possess an accounting system capable of reporting costs per FAR subpart 31.2 if a cost-type contract is utilized.
Additional Notes
This is a Sources Sought Notice only and not a Request for Proposal (RFP). No payment will be made for information submitted, and no Industry Day is planned. Telephone calls or office visits will not be accepted.