Project Manager Electronic Warfare & Cyber (PM EW&C) Electromagnetic Spectrum Operations Characteristics of Need (EMSO CON) and Future Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) Vehicle
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 Department of the Army is issuing a Request for Information (RFI) to gather industry feedback on its strategy for acquiring and sustaining Electromagnetic Warfare (EW) and Signals Intelligence (SIGINT) systems. This RFI specifically seeks input on the Electromagnetic Spectrum Operations Characteristics of Need (EMSO CON) and a potential Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract vehicle. Responses are due by March 13, 2026.
Purpose & Background
This RFI is for planning purposes only and does not constitute a Request for Proposal (RFP). The Army's Project Manager Electronic Warfare & Cyber (PM EW&C) aims to address challenges with current acquisition models that hinder cost-effectiveness and battlefield lethality. They are exploring a new acquisition framework to increase flexibility, speed, and commander involvement in equipment selection and fielding. The goal is to provide commercially sourced, worldwide, end-to-end lifecycle management products for the Army's EW and SIGINT portfolio.
Scope of Interest
The Government is developing a contract strategy to rapidly procure and sustain equipment to fulfill the EMSO CON and current PM EW&C portfolio needs. They are considering a Commercial Solutions Opening (CSO) to issue a FAR part 12 MA-IDIQ for commercial EW & SIGINT equipment and services. Feedback is requested on both the EMSO CON document and this proposed MA-IDIQ strategy.
Key Characteristics & Needs
The Army's EMSO CON document outlines requirements for modern EMSO capabilities, emphasizing the need for flexible, adaptable, and integrated systems to achieve decision advantage. Key areas include:
- Attack: Ability to affect adversary spectrum-dependent systems.
- Support: Comprehensive sensing for situational awareness and targeting.
- Protect: Measures to safeguard friendly forces and ensure authorized spectrum use.
- Common Services: Integration within open architecture frameworks (MOSA/SOSA compliant) and interoperability with Next Generation Command and Control (NGC2). Systems must be Resilient, Adaptable (software-defined), Modular, Scalable, Empowered (AI/ML), Rapidly Deployable, and Secure. A functional-based taxonomy for EW and related systems is also provided to structure requirements.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Contract Vehicle Under Consideration: FAR part 12 Multiple Award IDIQ via Commercial Solutions Opening (CSO)
- Primary NAICS: 334220 (Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing). Other NAICS (e.g., 517110, 541512) may apply at the order level.
- Set-Aside: None specified; both large and small businesses are encouraged to respond.
- Response Due: March 13, 2026, by 21:00 UTC.
- Published: February 27, 2026.
Response Requirements
Interested parties should provide administrative information (Name, address, phone, email, DUNS, CAGE, small business status). Responses are limited to 4 pages total. Specific feedback is requested on:
- Recommendations for the contracting approach (CSO, FAR part 12 MA-IDIQ) and using FAR part 12 for sustainment/services.
- Interest in multi-year procurement contracts.
- Feedback on the attached EMSO CON document regarding clarity, critical aspects, challenges, success factors, and pitfalls.
- Recommendations for effective partnership models and changes to acquisition processes for continuous integration. Proprietary information must be clearly marked. Supplemental materials (brochures, specs, URLs) are welcome if relevant.
Additional Notes
This RFI is for market research only. The Government will not pay for response costs and is not committed to any procurement. Not responding does not preclude future RFP participation. Questions about this announcement should be submitted via email to usarmy.apg.peo-iews.mbx.pm-ewc-future-ma-idiq@army.mil; verbal questions will not be accepted, and answers are not guaranteed.