Prototype, Experiment, Production, Sustainment - PrEPS Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) for the Capability Program Executive, Intelligence & Spectrum Warfare (CPE ISW).

SOL #: W58SFN-26-R-0057Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-5090, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

National Defense R&D Services; Department Of Defense Military; Experimental Development (AC13)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 2026
2
Response Deadline
May 15, 2026, 9:00 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 Army, Army Contracting Command - Redstone Arsenal, on behalf of the Capability Program Executive, Intelligence & Spectrum Warfare (CPE ISW), has issued a Sources Sought Notice for a potential Prototype, Experiment, Production, Sustainment (PrEPS) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This notice aims to identify industry partners capable of supporting the Product Manager Tactical Space Superiority (PdM TSS) portfolio, including the Tactical Integrated Ground Suite (TIGS) System of Systems (SoS) and Counter Surveillance Reconnaissance (CSR) programs. Responses are due by May 15, 2026, 4 PM Central Standard Time (CST).

Purpose & Background

This Unclassified Sources Sought Notice (SSN) is for market research and planning purposes only, intended to identify a qualified industry base for subsequent potential classified solicitations. The Government anticipates a future MA IDIQ with a ten (10) year ordering period (a five-year base and one five-year optional ordering period).

Potential Contract Details

  • Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) - Sources Sought
  • Anticipated Duration: 10-year ordering period (5-year base + 5-year option)
  • Set-Aside: None specified
  • Product Service Code: AC13 - National Defense R&D Services; Department Of Defense Military; Experimental Development

Scope of Work

The MA IDIQ will encompass three primary domains:

  • Domain 1: Research and Development - Includes design, development, prototyping, testing, engineering, modeling & simulation, hardware, software, program management, test and evaluation, cybersecurity, and logistics solutions for TSS product lines.
  • Domain 2: Production and Deployment - Covers system development, COTS/GOTS integration, Low-Rate Initial Production (LRIP), Full Rate Production (FRP), manufacturing, experimentation, and fielding of equipment or systems, including support activities like spare parts and training.
  • Domain 3: Integrated Product Support - Encompasses sustainment and maintenance activities, including acquisition of spare parts, support equipment, depot support, technical support, repair services, provisioning, leasing, storage, training, and engineering services for fielded systems.

Key Requirements / Gate Criteria

To be considered for this potential acquisition and receive a Draft Request for Proposals (RFP), interested industry partners must demonstrate compliance with the following mandatory "Gate Criteria" by providing a POSITIVE response with supporting documentation:

  • Gate 1: Key Personnel Security Clearance: Must currently employ three separate individuals with active Top Secret / Sensitive Compartmented Information (TS/SCI) clearance for the roles of Program Manager, Senior Engineer/Technical Lead, and Security Manager.
  • Gate 2: Facility Security Standards: Must possess a facility that meets both the Physical and Technical Security Standards for Sensitive Compartmented Information Facilities (ICS-705-1) and Standards for Accreditation and Reciprocity Use of Sensitive Compartmented Information Facilities (ICS-705-2).
  • Gate 3: Approved Classified IT Channels: Must currently have the ability to respond via email on the Joint Worldwide Intelligence Communications System (JWICS) or Secure Integration Cloud (SIC).

Submission Instructions

  • Response Deadline: May 15, 2026, 4 PM CST.
  • Format: Responses should not exceed two pages and must be submitted via a CLASSIFIED network (JWICS or SIC) to the points of contact. An unclassified email confirmation is also required.
  • Required Information: Companies must complete a "vendor information spreadsheet" with details including Company Name, Cage Code, UEI, POC information, JWICS/SIC email addresses, and identification as a non-traditional defense contractor, nonprofit research institution, small business, or traditional defense contractor.

Contact Information

People

Points of Contact

Brandon LeePRIMARY
Silke BallSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 27, 2026
Prototype, Experiment, Production, Sustainment - PrEPS Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) for the Capability Program Executive, Intelligence & Spectrum Warfare (CPE ISW). | GovScope