IP2LMR Request for Information

SOL #: M67854-26-I-4920Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDER
QUANTICO, VA, 22134-6050, United States

Place of Performance

Quantico, VA

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Feb 4, 2026
3
Response Deadline
Feb 13, 2026, 7:00 PM

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 Department of the Navy, specifically the Marine Corps Systems Command (MCSC) and Program Executive Office Digital & Enterprise Services (PEO Digital), is conducting market research through this Request for Information (RFI) for the Indo Pacific Partnership Land Mobile Radio (IP2LMR) System. This RFI seeks industry capabilities for a turn-key hardware and software refresh of the system, with a place of performance in Quantico, VA. Responses are for informational and planning purposes only and do not commit the Government to a contract.

Scope of Work

The RFI seeks solutions for a comprehensive refresh of the IP2LMR system. Key requirements include:

  • Integration: The solution must integrate into legacy and evolving systems, including the Army's Base Emergency Communications System (BECS) Enterprise and the USMC's Consolidated Emergency Response System (CERS).
  • Interoperability & Compliance: Support for interoperability, cybersecurity compliance, lifecycle sustainment, and integration with other BECS components (e.g., CAD, EMWN, NG-911, FRBN).
  • Standards: Requirements must exceed the APCO P25 program standards framework.
  • Deployment: The upgrade must be delivered non-disruptively over up to four fiscal years, ensuring continuous operation of legacy and upgraded sites.
  • OEM Certification: 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.

Submission Details

  • Responses Due: February 6, 2026, at 2:00 PM EST.
  • Questions Due: January 16, 2026, at 2:00 PM EST.
  • Format: Responses should not exceed 25 pages and must include business information, company representative details, CAGE code, UEI, and NAICS codes.
  • Content: Respondents are asked to address specific questions regarding company capabilities, experience, SOW feedback, facility clearance, NAICS justification, cost-accounting environment, labor categories, costs/benefits, reasonableness of requirements, limitations, personnel qualifications, Rough Order of Magnitude (ROM) pricing, technical support resources, technician certifications, and existing contract vehicles.
  • Draft SOW: A draft Statement of Work (Attachment 1) is available upon request via email.

Eligibility & Set-Aside

No set-aside is specified for this RFI. Future procurement details will be provided.

Contact Information

For inquiries, contact Francesca Deza at francesca.deza@usmc.mil or Todd D. Ingold at todd.ingold@usmc.mil.

People

Points of Contact

Francesca DezaPRIMARY
Todd D. IngoldSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Sources Sought
Posted: Feb 4, 2026
Version 1
Sources Sought
Posted: Jan 8, 2026
View
IP2LMR Request for Information | GovScope