Tactical Radio Intermediate Test Set (TRITS) Request for Proposal (RFP)
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 United States Marine Corps (USMC), under the Department of the Navy, is soliciting proposals for an UNRESTRICTED Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Tactical Radio Intermediate Test Set (TRITS). This acquisition aims to procure a bench-top, shelter-deployable automated test system to support Intermediate Maintenance Activity (IMA) level testing of existing and future ground tactical radio systems. Proposals are due March 2, 2026, at 02:00 PM Local Time.
Scope of Work
The contractor will be responsible for the manufacture, integration, testing, production, and delivery of the TRITS, along with associated logistics information and comprehensive technical documentation. This includes providing requisite program management, engineering, test and evaluation, and logistics support. Key deliverables encompass hardware, computer software, displays, interfaces, cabling, and transport casing.
The TRITS must meet detailed performance specifications outlined in Attachment 1_TRITS Performance Specification.pdf, covering environmental conditions, weight/size limitations, power requirements, and specific instrumentation capabilities (e.g., Digital Multimeter, Oscilloscope, RF Signal Generator, Spectrum Analyzer). It also requires specific interface standards, an integrated controller with Windows 11 or DISA compliant OS, a Graphical User Interface (GUI), and a Mean-Time Between Failure (MTBF) target of 1500 hours. The system must feature modularity (at least 30% open system architecture) and duplex capability.
Additionally, the scope includes the development of Test Program Sets (TPS) for various radio models (AN/PRC-117G, AN/PRC-158, AN/PRC-160, AN/PRC-163, AN/PRC-167), technical manuals (specifically a hyperlinked Maintenance Electronic Technical Manual (ETM) with Repair Parts and Special Tools List (RPSTL) as detailed in Attachment 2_Technical Manual Contract Requirement.pdf), training products, and provisioning documentation. All deliverables must comply with numerous military standards and specifications, and are detailed in the Contract Data Requirements List (CDRLs) found in Exhibits_CDRLS.pdf.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: 60 months from contract award
- Set-Aside: UNRESTRICTED
- Government Minimum Order: $200,000.00
- Government Maximum Order: $19,800,000.00
- Place of Performance: Quantico, VA (Office location)
Submission & Evaluation
- Proposal Due Date: March 2, 2026, 02:00 PM Local Time
- Submission Method: Electronically via email.
- Evaluation Factors: Proposals will be evaluated based on:
- Technical Approach (including Performance Specification Requirements and TRITS Production Representative Product Samples)
- Past Performance (evaluated using questionnaires like Attachment 3_Past Performance Questionaire.pdf)
- Small Business Participation
- Price
- Weighting: Technical Approach and Past Performance are significantly more important than Price.
- Award Basis: Best-value using trade-offs.
- Key Requirement for Offerors: Submit one TRITS production representative product sample and one radio Test Program Set (TPS) of their choosing.
Contact Information
- Primary Point of Contact: Mark Denhup (mark.denhup2@usmc.mil)