Prototype, Experiment, Production, Sustainment - PrEPS Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) for the Capability Program Executive, Intelligence & Spectrum Warfare (CPE ISW).
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 Army, ACC-RSA, on behalf of the Capability Program Executive, Intelligence & Spectrum Warfare (CPE ISW), has issued a Sources Sought Notice for a potential Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This notice aims to identify an industry base capable of supporting the Product Manager Tactical Space Superiority (PdM TSS) portfolio, including Tactical Integrated Ground Suite (TIGS) System of Systems (SoS) and Counter Surveillance Reconnaissance (CSR) programs. The anticipated MA IDIQ will have a ten (10) year ordering period. Responses are due May 15, 2026.
Scope of Work
The potential MA IDIQ will cover three domains:
- Domain 1: Research and Development - Includes design, development, prototyping, testing, engineering, modeling & simulation, hardware, software, program management, test and evaluation, cybersecurity, and logistics solutions for TSS product lines.
- Domain 2: Production and Deployment - Covers system development, COTS/GOTS integration, Low-Rate Initial Production (LRIP), Full Rate Production (FRP), manufacturing, experimentation, and fielding of equipment/systems, including support activities like spare parts and training.
- Domain 3: Integrated Product Support - Encompasses sustainment and maintenance, including acquisition of spare parts, support equipment, depot support, technical support, repair services, provisioning, leasing, storage, training, and engineering services for fielded systems.
Contract & Timeline
- Type: Sources Sought for a potential Multiple Award IDIQ
- Duration: Anticipated ten (10) year ordering period (5-year base + one 5-year option)
- Set-Aside: None specified (market research stage)
- Response Due: May 15, 2026, by 4 PM CST
- Published: April 27, 2026
Key Requirements / Gate Criteria
To be considered for this potential acquisition and receive a Draft RFP, interested industry partners must demonstrate compliance with the following:
- Gate 1: Key Personnel Security Clearance - Must currently employ three separate individuals with current Top Secret / Sensitive Compartmented Information (TS/SCI) clearance for Program Manager, Senior Engineer/Technical Lead, and Security Manager roles.
- Gate 2: Facility Security Standards - Must possess a facility meeting Physical and Technical Security Standards for Sensitive Compartmented Information Facilities (ICS-705-1) and Standards for Accreditation and Reciprocity Use of Sensitive Compartmented Information Facilities (ICS-705-2).
- Gate 3: Approved Classified IT Channels - Must currently have the ability to respond via email on the Joint Worldwide Intelligence Communications System (JWICS) or Secure Integration Cloud (SIC).
Submission Instructions
- Responses should not exceed two pages.
- Submissions must be made via a CLASSIFIED network (JWICS or SIC) to the listed points of contact.
- An unclassified email confirmation must also be sent.
- Companies must complete and submit the "Vendor Information Spreadsheet.xlsx" with details including Company Name, Cage Code, UEI, POC information, JWICS/SIC email addresses, and company type.
Additional Notes
This notice is for informational and planning purposes only and is not a Request for Proposals (RFP). The Government will not reimburse respondents for submission costs and is not obligated to issue a solicitation or award a contract based on responses.