Surveillance and Tracking RADAR Processors (STRAP) Support Services

SOL #: FA489026STRAPSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4890 HQ ACC AMIC
HAMPTON, VA, 23666, United States

Place of Performance

Charleston AFB, SC

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Response Deadline
Mar 18, 2026, 2:00 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 Air Force, specifically HQ ACC AMIC, is conducting a Sources Sought for Surveillance and Tracking RADAR Processors (STRAP) Support Services. This market research aims to identify capable sources for providing critical RADAR data services to the Battlespace Command and Control Center-Theater (BC3-T), USCENTCOM AOR Air Traffic Control (ATC) facilities, and other designated sensor/nodes. The government is seeking feedback on a draft Performance Work Statement (PWS) to shape a future solicitation. Responses are due March 18, 2026, at 10:00 AM EST.

Scope of Work

The requirement encompasses comprehensive support for the 9AF (AFCENT) STRAP program, covering both Command and Control (C2) and ATC missions. Key services include:

  • Design, Engineering, and Integration: Developing and integrating solutions for RADAR systems.
  • Hardware and Software Installation: Deploying and configuring necessary equipment and applications.
  • Training: Providing distant-end and on-site training for personnel.
  • Remote Monitoring and Assessments: Ensuring continuous operation and performance evaluation.
  • Sustainment and Logistics Support: Maintaining all equipment, including technical data, spares, and supply chain management.
  • Technical Expertise: Specializing in RADAR sensor data format translation, interface networking, and optimization of systems like TDX-2000 and BDX-2000.
  • Help Desk: Providing 24/7 customer support, including SIPRNet capability and on-site technical assistance.

Place of Performance

The principal place of performance will be at the contractor's facility within the Continental United States (CONUS). However, frequent temporary duty (TDY) travel to CONUS and OCONUS locations, including the USCENTCOM AOR and other Combatant Command (COCOM) areas, will be required. Work hours may vary, including 24/7 operations for some centers and typical 60-hour workweeks during OCONUS TDYs.

Special Requirements & Eligibility

  • Contractors must possess a Secret facility clearance prior to the future solicitation closing date, and all personnel must maintain a Secret clearance.
  • Compliance with various cybersecurity requirements, including DoDI 8582.01 and NIST SP 800-171, is mandatory.
  • The contractor must be a U.S. company and adhere to NISPOM, CUI, and DoD cyber workforce requirements.
  • A Quality Control Plan (QCP) and a Mission Essential Contractor Services Plan are required.
  • Offerors must be registered in the System for Award Management (SAM) to be eligible for a future contract award.

Submission Details

This is a Request for Information (RFI) for market research purposes only and is not a solicitation. Interested prime contractors are requested to review the attached draft PWS and provide responses using an attached Excel workbook. The government is seeking feedback on general and technical aspects, including business size, socio-economic categories, capability to perform PWS services, past performance in the USCENTCOM AOR, and experience with OCONUS deployments.

  • Responses Due: March 18, 2026, 10:00 AM Eastern Standard Time.
  • Submission Method: Email responses to Kristyn Ferebee (kristyn.ferebee@us.af.mil) and Mai-Ly Lindfors (anna.lindfors@us.af.mil).
  • Important: No payment will be made for responses, and proprietary information should not be submitted. This RFI does not commit the government to any procurement action.

People

Points of Contact

Kristyn FerebeePRIMARY
Anna LindforsSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 18, 2026
Surveillance and Tracking RADAR Processors (STRAP) Support Services | GovScope