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 Department of the Navy, Marine Corps, is soliciting proposals for the Tactical Radio Intermediate Test Set (TRITS), an automated, bench-top, shelter-deployable system for Intermediate Maintenance Activity (IMA) level testing of ground tactical radio systems. This is an Unrestricted Request for Proposal (RFP) for a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due March 9, 2026.
Purpose & Scope
The U.S. Marine Corps requires the TRITS to support fault isolation and verification at the Line Replaceable Unit (LRU) and Shop Replacement Unit (SRU) level for existing and future ground tactical radio systems, including AN/PRC-117G, AN/PRC-158, AN/PRC-160, AN/PRC-163, and AN/PRC-167. The scope includes the manufacture, integration, testing, production, and delivery of the TRITS, along with associated logistics information, technical documentation, program management, engineering, and test and evaluation support.
Key technical requirements for the TRITS include:
- Physical: Max 102 lbs (including transit case and accessories), single ruggedized transit case.
- Power: 120 Vrms single-phase 60Hz source, max 15A current draw.
- Instrumentation: Digital Multimeter, Oscilloscope, RF Signal Generator, various modulation/analysis meters, RF Spectrum Analyzer.
- Interfaces: Industry Standard Communication, ZIF Connector (generic), Ethernet, USB, Antenna Port, T/R Port, SWR Port.
- Architecture: At least 30% open system architecture, duplex capability.
- Documentation: Development and delivery of a hyperlinked Maintenance Electronic Technical Manual (ETM) with Repair Parts and Special Tools List (RPSTL), and various Contract Data Requirements List (CDRL) items.
Contract Details
- Type: Firm Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: 60 months from contract award
- Government Minimum Order: $200,000.00
- Government Maximum Order: $19,800,000.00
- Set-Aside: Unrestricted
- Place of Performance: Quantico, VA
Submission & Evaluation
Proposals must be submitted electronically via email by March 9, 2026, 18:00:00Z. Mandatory Requirement: Offerors must submit one TRITS production representative product sample and one radio Test Program Set (TPS) of their choosing. Absence of a bid sample will result in an un-awardable proposal. Detailed design documentation and certified specification sheets are acceptable for verification if the method includes analysis.
Evaluation factors, in descending order of importance, are:
- Technical Approach: Based on Performance Specification Requirements and TRITS Production Representative Product Samples.
- Past Performance: Evaluated using a Past Performance Questionnaire.
- Small Business Participation
- Price
Technical Approach and Past Performance are significantly more important than Price. Award will be made on a best-value basis using trade-offs.
Key Clarifications
Key Personnel Training (I&KPT) will be 5 days (2 operator, 3 maintainer) at MCCES Twentynine Palms, CA.
Contact Information
Primary Point of Contact: Mark Denhup (mark.denhup2@usmc.mil).