Support of SAS LEI Software FOR FOREIGN MILITARY SALES (FMS)

SOL #: W91CRB-26-S-SLEISources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Navigational Instruments (6605)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 2, 2026
3
Response Deadline
Feb 4, 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 U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG), on behalf of the CECOM Security Assistance Management directorate (SAMD), is conducting a Sources Sought for Foreign Military Sales (FMS) requirements to support SAS Law Enforcement Intelligence (LEI) Software for Iraq. This market research aims to identify potential sources capable of providing comprehensive system replacement, integration, and support services. Responses are due by February 04, 2026, at 4:00 p.m. EDT.

Purpose & Scope

This Sources Sought is for informational purposes only and is not a Request for Proposal (RFP). Its goal is to determine the method of procurement, which may include a Total Small Business Set-Aside or full and open competition. The requirement involves replacing the legacy MEMEX Information Sharing Initiative with a new SAS LEI system for a Partner Nation (Iraq).

Required Capabilities

Contractors must be certified and able to provide:

  • Legacy System Survey: Survey existing MEMEX hardware and software to identify necessary equipment for the SAS LEI replacement.
  • Procurement & Integration: Procure, install, integrate, and provide logistic support, training, and maintenance for the new SAS LEI system. This includes licenses for 80 users for at least two years. An estimated hardware and software list is provided in the attachment.
  • Data Migration: Flawlessly transfer existing data from the MEMEX system to the new SAS LEI system, ensuring data quality and integrity.
  • Field Service Representative (FSR): Provide FSR support and services for the SAS LEI system for two years in the Republic of Iraq.
  • Hardware Extended Warranty: Offer a three-year extended warranty for all hardware.

Responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information, including single unit costs and potential quantity discounts.

Key Technologies

The attached document, "LEI Hardware Software List.xlsx," details estimated components including:

  • Networking Equipment: Cisco Catalyst switches, WAN routers.
  • Security Appliances: Cisco Secure Firewall NGFW with IPS, AMP, and URL filtering.
  • Servers: Cisco UCS M7 servers (CAS, Compute, Stateful+OpenSearch, Stateless, LEI Collector) with Red Hat Enterprise Linux.
  • Storage System: Pure Storage FlashArray C50 Unified All-Flash NVMe Storage.
  • Licenses: SAS LEI Annual Fee for Authorized Users.
  • Support: Cisco support contracts and 3-year Evergreen Foundation Support for Pure Storage.

Contract Details

  • Opportunity Type: Sources Sought / Market Research
  • Agency: U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5) is being considered.
  • NAICS Code: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • PSC: 6605 – Navigational Instruments
  • Special Requirements: Unclassified security classification, Berry Amendment compliant (DFARS 252.225-7008, 252.225-7009).

Submission Requirements

Interested sources should submit:

  • Company name, address, CAGE Code, DUNS number (must be CCR registered).
  • Point of Contact information.
  • Description of past/current services matching specified capabilities.
  • Capability to act as a single provider; if teaming, address management structure.

Submissions must be in Microsoft Word or PDF format, emailed to Nathalie Nguyen (nathalie.c.nguyen.civ@army.mil) by February 04, 2026, at 4:00 p.m. EDT. Reference the sources sought number in the subject line. Do not submit classified material.

Important Notes

This is for market research only and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation.

People

Points of Contact

Lonny J. MateskySECONDARY

Files

Files

Download

Versions

Version 3
Sources Sought
Posted: Feb 2, 2026
View
Version 2Viewing
Sources Sought
Posted: Jan 21, 2026
Version 1
Sources Sought
Posted: Jan 20, 2026
View