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 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.
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.
Bidders should review the USC-28_NSNs.xlsx document, which lists National Stock Numbers and nomenclature, to understand the specific parts and equipment associated with this opportunity.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- 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.
- Set-Aside: None specified (market research stage)
- Response Due: March 18, 2026, at 10:00 AM EDT
- Published: March 10, 2026
Submission Requirements
- Format: Microsoft Word or Excel, no more than 15 pages, Arial font size 12.
- 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: Offerors must have an accounting system capable of reporting costs per FAR subpart 31.2 if a cost-type contract is used.
- Submission Method: Email to roxanne.barbaris.civ@army.mil and alyson.n.scholz.civ@army.mil.
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, requiring respondents to 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.