Radomes-Tobyhanna Army Depot
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 is soliciting proposals for the procurement, manufacture, and delivery of Radomes for the Tobyhanna Army Depot in Tobyhanna, PA. This Unrestricted opportunity seeks two (2) 18-foot and two (2) 26-foot Metal Space Frame Radomes to protect Department of Defense (DoD) equipment from harsh weather and ensure a temperature-controlled environment. The contract will be a Firm Fixed Price single award order.
Scope of Work
The selected contractor will be responsible for the design, manufacture, and delivery of the specified radomes. Key requirements include ensuring the radomes protect specified antenna sizes, match existing anchor bolt patterns, interface with existing HVAC systems, and meet or exceed current Radio Frequency (RF) and wind load requirements. The effort also involves providing comprehensive Technical Manuals (including drawings, assembly/installation instructions, maintenance procedures, and Bill of Materials) and optimizing Reliability, Maintainability, and Availability (RMA) of fielded systems.
Contract Details
- Contract Type: Firm Fixed Price (single award order).
- NAICS: 334511 (Miscellaneous Communication Equipment).
- Product Service Code: 5895.
- Set-Aside: Unrestricted.
- Delivery: On or before March 31, 2027, to Tobyhanna Army Depot, Tobyhanna, PA.
- Warranty: A two-year warranty on materials and subassemblies is required.
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 or higher is mandatory for handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Submission & Evaluation
- Offer Due Date: March 30, 2026, at 12:00 PM (Eastern Time).
- Submission Method: Electronic proposals must be emailed to nicole.tokash.civ@army.mil. Individual emails should not exceed 9MB; multiple emails are permitted if marked sequentially.
- Required Documents: Proposals must include a signed SF 1449 solicitation, pricing, delivery information, and all other listed items.
- Evaluation Factors: Proposals will be evaluated based on Price, Past Performance, and Delivery. The award will be made to the offeror whose proposal is most advantageous to the Government, not solely based on the lowest price or earliest delivery.
- Discussions: The Government intends to award without discussions but reserves the right to hold them if deemed necessary.
- Site Visit: A non-mandatory site visit is scheduled at Tobyhanna Army Depot, Building 20 (Security). Interested offerors must email attendee details to James Emmett and Nicole Tokash.
- Post-Award Requirement: The contractor must conduct a one-time site survey at Hickham Air Force Base (AFB) at their own expense to finalize the Bill of Materials and clarify details.
Eligibility & Notes
Offerors must be actively registered in the System for Award Management (SAM) and be deemed responsible with no delinquent federal debt. Compliance with numerous Military Standards (MIL-STD), Federal Standards (FED-STD), FAR, and DFARS clauses is required. Insurance requirements include Worker's Compensation, Employer's Liability, General Liability, and Automobile Liability. Questions must be submitted three days prior to the close date.