Autonomous Robotic Training System (ARTS)
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 United States Secret Service is conducting a Sources Sought to identify capable sources for an Autonomous Robotic Training System (ARTS). This system will support live fire and simulation munition training for law enforcement personnel. The effort is for procurement planning purposes only. Responses are due May 11, 2026.
Purpose
The U.S. Secret Service seeks an ARTS to enhance operational readiness and tactical decision-making at the James J. Rowley Training Center (RTC). The system will replicate real-world training scenarios for live fire and simulation munition training.
Scope of Work
The requirement is for a fully operational ARTS, including hardware, software, training modules, maintenance, and support services. Key components include:
- One (1) Autonomous Robotic System: Comprising 8 All-Terrain Autonomous Robot Infantry Targets, 1 Autonomous Robotic Vehicle Target, and 4 CQB Autonomous Robotic Infantry Targets. These targets must offer real-time response, flinching, audio response, ease of use indoors/outdoors, and capabilities like patrolling, scattering, chasing, attacking positions, with hit detection and ballistic protection.
- Three (3) Command and Control Stations: Capable of managing multiple robotic assets.
- Two (2) Communication Range Extension Kits.
- Support Equipment: One (1) Smart Range Trailer and one (1) T100-Hundred Transportation Trailer.
- Support Services: Vendor operators, comprehensive training, maintenance, technical support, system integration, customization, spare parts, and program management.
Performance Standards
The system must consistently deliver accurate, reliable, and repeatable training feedback (PRS #1), achieve 99% uptime (PRS #2), provide real-time monitoring with <2-second response in 95% of instances (PRS #3), and maintain system safety (PRS #4).
Contract & Timeline
- Opportunity Type: Sources Sought
- Anticipated Contract Type: Firm Fixed Price
- Anticipated Duration: One (1) Base Year of 12 months and four (4) 12-month option years.
- Estimated Total Value: $9.9 million.
- NAICS Code: 541330 (Engineering Services).
- Set-Aside: None specified (market research stage).
- Response Due: May 11, 2026, at 4:00 PM ET.
- Published Date: April 27, 2026.
Place of Performance
James J. Rowley Training Center and other locations within the National Capitol Region. Travel outside the NCR may be required.
Eligibility & Submission
Capabilities statements should not exceed three (3) pages (12-point Times New Roman) and demonstrate understanding, capability, approach, qualification, and recent (within 5 years) relevant experience in full-time support, warranty, software upgrades, spares, operation/maintenance of robots, and on-premises support. Submissions must include organization name, address, CAGE Code, UEI, small business standing (if applicable), and point of contact. Responses are for planning purposes only and will not be reimbursed.
Special Requirements
Contractor personnel must be U.S. citizens and undergo suitability assessments and background investigations. The government will have unlimited rights to all produced documents and materials. Organizational Conflict of Interest (OCI) provisions apply. A Quality Control Plan (QCP) is required within 30 days of award, and performance will be evaluated using a Quality Assurance Surveillance Plan (QASP).