Army Reprogramming Analysis Team (ARAT) Research & Development Effort
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 U.S. Army Communication Electronics Command (CECOM) Army Software & Innovation Center (ASIC) is conducting market research via a Sources Sought notice for Army Reprogramming Analysis Team (ARAT) Research & Development (R&D) engineering support and ARAT Electromagnetic Warfare (EW) R&D. This effort aims to enhance the lethality and survivability of combat forces. The government seeks qualified SBA certified 8(a) Program Participants that are also Alaskan Native Corporations (ANCs), Native Hawaiian Organizations (NHOs), or Tribally-owned concerns. Responses are due by February 10, 2026, at 4:30 PM EST.
Scope of Work
The requirement is for comprehensive engineering support and R&D for the ARAT program, necessitated by insufficient government staff. Key areas include:
- ARAT R&D Engineering Support: Strategic technical planning, system engineering and planning, system analysis and integration, resource determination, contingency and mission support, program oversight, and analysis of emerging technologies. This also encompasses administrative support, capability needs statements, doctrine development, program support (budgeting, strategic planning, business/financial programming), logistics, technical studies, sustainment, and operation.
- ARAT Electromagnetic Warfare R&D Support:
- EW Test Modernization: Enhancing laboratory infrastructure for developing and testing Mission Software Products (MSP).
- EW Requirements Optimization: Rapidly developing MSP requirements for development and test.
- Software Portal Enhancements: Improving distribution of MSP and threat modeling/simulation products.
- EW and Cyber Support: Threat signature analysis, software development, testing, and distribution; reprogramming training; and comprehensive EW and cyber support.
- ARAT Test & Evaluation: Support for multi-user client-server architectures, electronic mission software distribution, automated modeling and simulation, relational databasing, aircraft display emulation, and Software Defined Radio (SDR) integration.
- ARAT Modeling & Simulation: Optimizing threat model generation, compilation, and fidelity for RF Hardware-in-the-Loop (HWIL) testing.
- Air and Ground EW and Federated Laboratory: Designing and developing a next-generation test network.
- Test Data Collection & Automation: Automating data collection and product generation.
- Electronic Product Distribution: Streamlining delivery of EW products to warfighters.
Key Requirements for Response
Interested firms must submit a response, limited to 10 pages, addressing:
- Company name, physical address, UEI, CAGE code, and point of contact.
- Confirmation of active SBA 8(a) Program participation and a copy of the certification.
- Statement specifying ANC, NHO, or Tribally-Owned Concern status.
- Identification of other socio-economic statuses.
- Confirmation of a TOP SECRET facility clearance.
- Technical capabilities in response to four specific questions regarding Electromagnetic Warfare (EW) Capabilities, Modeling and Simulation Optimization, Data Automation Techniques, and Project Management Approach.
Contract Details
- Opportunity Type: Sources Sought
- PSC: AC33 (National Defense R&D Services; Defense Related Activities; Experimental Development)
- NAICS Code: 541715 (Research and Development in the Physical, Engineering and Life Sciences)
- Facility Clearance: TOP SECRET facility clearance is required for contractor performance. No classified material is to be safeguarded at the contractor's facility.
- Place of Performance: Primarily Aberdeen Proving Ground, MD, and other specified U.S. Army locations. Travel may be required.
- Period of Performance: Anticipated for 2026, with a two-month phase-out period.
Submission & Contacts
- Response Due Date: February 10, 2026, at 4:30 PM EST.
- Submission Contacts: Eric Bowes (eric.r.bowes.civ@army.mil) and Kris Knopp (robert.k.knopp2.civ@army.mil).
Additional Notes
This RFI/Sources Sought notice is for market research and planning purposes only. It does not constitute a commitment by the Government to award a contract, nor will costs associated with submittal be reimbursed.