G2R Open Season
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 Defense Logistics Agency (DLA), on behalf of the U.S. Army Communications-Electronics Command (CECOM), is soliciting proposals for the Gateway to Readiness (G2R) Open Season. This is a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for a wide range of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services. The solicitation is under Full and Open Competition with a reservation for small business prime contractors. Proposals are due March 19, 2026.
Scope of Work
The G2R program aims to provide sustainment solutions for C5ISR systems throughout their lifecycle. The scope encompasses nine (9) Program Support Categories:
- Equipment: Standard (NSN assigned) and Non-Standard (MCN assigned) items.
- Services: Test & Evaluation, Repair, Upgrades/Ancillary Engineering Services/Design Changes, Engineering Studies and Analysis, System/Item Specific Obsolescence Monitoring/Mitigation, Facilitation of Hybrid Organic/Contractor Support, and Field Service Representatives (FSRs).
- Supplies: Items on a Price Evaluation List (PEL), items built to Government Technical Data Packages (TDPs), commercial, or modified commercial products.
Contract Details
- Contract Type: Multiple-Award IDIQ, with anticipated Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) orders. Governed by FAR Part 15.
- Ceiling: $3.2 Billion (combined maximum across all contracts over a ten-year period).
- Minimum: $10,000 guaranteed per awardee.
- Period of Performance: A two (2) year base period and up to five (5) one (1) year unilateral option periods, totaling seven (7) potential years.
- Set-Aside: Full and Open Competition with a reservation for one or more small business prime Contractors. A Small Business Commitment Document targeting a minimum of 40% small business participation is required. Orders under $250,000 may be set aside for small businesses.
- NAICS: 334419 (750 employees size standard).
- PSC: 5998.
Submission & Evaluation
- Proposals Due: March 19, 2026, by 4:30 PM local time.
- Submission: Electronically via email to the listed points of contact.
- Validity: Proposals must remain valid for a minimum of 180 calendar days.
- Evaluation: Best Value Tradeoff source selection, considering Technical, Past Performance, Small Business Participation, and Price. Technical factors are significantly more important than price.
- PEL Requirements: Offerors must meet minimum Price Evaluation List (PEL) proposal percentages: HUBZone (60%), Small Business (70%), Other-Than-Small (85%).
Special Requirements & Notes
- Technical Data Packages (TDPs): Access to TDPs, some of which are subject to ITAR, requires active status in the Defense Logistics Agency Joint Certification Program (JCP) and a signed Non-Disclosure Agreement (NDA).
- Packaging: Detailed Special Packaging Instructions (SPIs) are provided in Exhibits C, D, E, and F for various components, diesel engines, and circuit cards.
- Post-Award Process: Attachment 0003 outlines the G2S Post-Award Ordering Process, including the establishment and use of a Rapid Ordering Catalog for future orders.
- Supplemental SOW: Exhibit B provides an ILSC Supplemental SOW detailing additional technical requirements for hardware, services, and software.