Tactical Radio Intermediate Test Set (TRITS) Request for Proposal (RFP)

SOL #: M67854-26-R-5100Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDER
QUANTICO, VA, 22134-6050, United States

Place of Performance

Quantico, VA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 9, 2026, 6:00 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 Navy, specifically the COMMANDER office, has issued a Solicitation (RFP) for the Tactical Radio Intermediate Test Set (TRITS). This UNRESTRICTED opportunity seeks a bench-top, shelter-deployable automated test system to support Intermediate Maintenance Activity (IMA) level testing of existing and future ground tactical radio systems at the Line Replaceable Unit (LRU) and Shop Replacement Unit (SRU) level. The place of performance is Quantico, VA. Proposals are due by March 9, 2026, at 6:00 PM Z.

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 technical documentation. This includes providing program management, engineering, test and evaluation, and logistics support. Key technical requirements, detailed in the Performance Specification, include:

  • Instrumentation: Digital Multimeter, Oscilloscope, RF Signal Generator, various modulation and analysis meters, RF Spectrum Analyzer, etc., with specific ranges (e.g., carrier range 1.5MHz to 6GHz, modulation range 0.1% to 100%).
  • Physical: Max 102 lbs (including transit case and standalone accessories), 120 Vrms single-phase 60Hz power (max 15A circuit).
  • Interfaces: Industry standard (PXI, USB-C, Ethernet, USB, Antenna Port, T/R Port, SWR Port), with a generic ZIF connector requirement.
  • Software: Integrated controller with Windows 11 or DISA compliant OS, GUI, non-subscription runtime, API.
  • Maintainability: Mean-Time Between Failure (MTBF) target of 1500 hours, maintenance capabilities, Built-In Test (BIT).
  • Modularity: At least 30% open system architecture.
  • Documentation: Development and delivery of hyperlinked Maintenance Electronic Technical Manuals (ETM) with Repair Parts and Special Tools List (RPSTL), training products, and provisioning documentation, adhering to numerous military standards and CDRLs.
  • Test Program Sets (TPS): Specific requirements for various radio models (AN/PRC-117G, AN/PRC-158, AN/PRC-160, AN/PRC-163, AN/PRC-167).

Contract Details

  • Type: Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Set-Aside: UNRESTRICTED.
  • Ordering Period: 60 months from contract award (CLINs 0003-0005 adjusted to 0-12 months).
  • Minimum Order: $1.00 per CLIN; Government minimum $200,000.00.
  • Maximum Order: $19,800,000.00 per CLIN; Government maximum $19,800,000.00.
  • Packaging: All deliverables must be packaged and marked in accordance with MIL-STD-2073-1 DOD.

Evaluation & Submission

Award will be made on a best-value basis using trade-offs. Evaluation factors include Technical Approach (Performance Specification Requirements and TRITS Production Representative Product Samples), Past Performance, Small Business Participation, and Price. Technical Approach and Past Performance are significantly more important than Price.

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 spec sheets are acceptable for requirements verified by analysis. Past performance will be assessed via a questionnaire, with "unknown" past performance being acceptable for new offerors. Proposals must be submitted electronically via email.

Key Amendments & Clarifications

Recent amendments and Q&As have extended the proposal deadline to March 9, 2026, modified CLIN descriptions, removed travel requirements, updated packaging standards, and clarified technical specifications regarding weight, power, interfaces, and carrier/modulation ranges. Key Personnel Training (I&KPT) will be 5 days at MCCES Twentynine Palms, CA.

Contact Information

For inquiries, contact Mark Denhup at mark.denhup2@usmc.mil.

People

Points of Contact

Mark DenhupPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 27, 2026
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Solicitation
Posted: Jan 30, 2026
View