Sources Sought - Sole Source for TAK Software Maintenance
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 Threat Reduction Agency (DTRA) is conducting a Sources Sought to identify vendors capable of providing software maintenance and updates for the Nuclear Enterprise Tactical Assault Kit (TAK) used on Department of War (DoW) Chemical, Biological, Radiological, Nuclear, and high-yield Explosives (CBRNE) systems. This effort aims to support a potential competitive procurement, despite an initial intent for a sole-source award to Charles Stark Draper Laboratory, Inc. Responses are due March 9, 2026.
Purpose & Background
This notice seeks to gather market capabilities for a proposed Firm Fixed Price (FFP) follow-on contract. The U.S. Government currently intends to award a contract on a sole-source basis to Charles Stark Draper Laboratory, Inc., under contract HDTRA1-21-C-0058, valued at $1,651,562.00, completing September 29, 2026. The statutory authority for the potential sole-source procurement is FAR Part 6.302-1. DTRA is actively seeking clear and convincing evidence from other qualified vendors to determine if a competitive procurement is feasible.
Scope of Work
The requirement involves continued maintenance and software updates for the TAK ecosystem, specifically for CBRN operations. Key areas of work, as outlined in the draft Performance Work Statement (PWS), include:
- Software Modernization & Interoperability: Testing updates, features, APIs, and formats for ATAK, WebTAK, TAKX, TAK Server, and the CBRN Data Service.
- User Interface & Experience: UI modifications and bug fixes.
- Server Architecture & Performance: Evaluating Edge and Cloud TAK Server configurations, including cross-domain solutions.
- Automated Testing & Sensor Integration: Developing automated testing protocols and integrating mock CBRN sensor data.
- Project Management & Operational Support: Providing monthly status reports.
Contract & Timeline
- Type: Sources Sought (for a potential Firm Fixed Price follow-on contract)
- NAICS: 541511 (Custom Computer Programming), Size Standard: $34.0M
- Product Service Code: DA01 (IT and Telecom—Business Application/Application Development Support Services)
- Period of Performance (Anticipated): A twelve (12) month base period and four (4) one-year option periods.
- Response Due: March 9, 2026, at 1200 EST (Ft. Belvoir local time).
- Published: February 20, 2026.
Key Capabilities & Requirements
Vendors must demonstrate clear and convincing evidence of qualifications, addressing specific experience areas:
- Integration of CBRN sensors into TAK platforms.
- Experience with CBRN Sensors, MANET radios, and their integration into TAK Plug-ins.
- Experience with Rad COT and Rad Protobuf APIs.
- Building, administering, and modifying TAK Server and WebTAK (including plug-ins).
- Human Centered Engineering personnel.
- Strategy for comprehensive regression testing with TAK products.
- Experience with containerized services, microservices, and AWS Gov Cloud TAK Server administration.
- Experience with Key Cloak, Multifactor Authentication, and TAK Server federation.
- Strategy for security scanning and validation for Authority to Operate (ATO).
- Experience providing maintenance for third-party TAK Plug-ins, working with end-users, and creating user documentation.
- Facility Clearance: Must possess a Top-Secret Facility Security Clearance. Personnel require DoD SECRET clearance, with higher clearances potentially needed.
Submission Instructions
Interested vendors should submit a capability statement (.pdf) and answers to the specific questions listed in the notice. Responses must include company name, point of contact, phone number, email address, UEI number, CAGE code, business size, and small business certifications. Submissions are for market research purposes only and do not guarantee a solicitation.