IP2LMR Request for Information
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 Marine Corps Systems Command (MCSC) and PEO Digital & Enterprise Services are conducting market research through a Request for Information (RFI) for a turn-key hardware and software refresh of the Indo Pacific Partnership Land Mobile Radio (IP2LMR) System. This RFI aims to assess industry capabilities for a non-disruptive upgrade over up to four fiscal years. Responses are due by 14:00 PM EST on February 6, 2026.
Scope of Work
This effort requires a solution that integrates into legacy and evolving systems, including the Army's Base Emergency Communications System (BECS) Enterprise and the USMC's Consolidated Emergency Response System (CERS). Key requirements include interoperability, cybersecurity compliance, lifecycle sustainment, and integration with other BECS components (e.g., CAD, EMWN, NG-911, FRBN). The solution must exceed APCO P25 program standards. The Original Equipment Manufacturer (OEM) must be certified to meet J/F-12 and Host Nation Approval requirements in Japan, South Korea, and the USA.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Duration: Upgrade to be delivered over up to four fiscal years.
- Set-Aside: Not specified (market research stage).
- Response Due: February 6, 2026, by 14:00 PM EST.
- Questions Due: January 16, 2026, by 14:00 PM EST.
- Published: January 8, 2026.
Submission & Evaluation
Responses should not exceed 25 pages and must include business information, company representative details, CAGE code, UEI, and NAICS codes. Specific questions are posed regarding company capabilities, experience, SOW feedback, facility clearance, NAICS code justification, cost-accounting environment participation, labor categories, costs/benefits, reasonableness of requirements, limitations, personnel qualifications, Rough Order of Magnitude (ROM) pricing, technical support resources, technician certifications, existing contract vehicles, and any other enhancing information. A draft Statement of Work (SOW), Attachment 1, is available upon request via email. Proprietary information should be clearly marked. The Government will use only Government personnel to process and review responses.
Additional Notes
This RFI is for informational and planning purposes only and does not commit the Government to a contract. No payment will be made for information received.