Software Sustainment Services for the Deployable Power Generation & Distribution System (DPGDS) Power Unit, MEP-PU-810C/D
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, Army Contracting Command-Aberdeen Proving Ground (ACC-APG, B), on behalf of the Product Lead, Large Power Systems (PdL LPS), has issued a Request for Information (RFI) for Software Sustainment Services for the Deployable Power Generation & Distribution System (DPGDS) Power Unit, MEP-PU-810D. This RFI aims to identify sources for comprehensive software sustainment to address hardware/software obsolescence and cybersecurity challenges for a system with an estimated economic useful life of 17-25 years. Responses are due May 29, 2026.
Purpose & Scope
This RFI is for market research to inform the Government's acquisition strategy. The requirement involves contractor services for program management, systems security engineering, secure software development, software assurance, Supply Chain Risk Management (SCRM), and continuous cybersecurity and vulnerability management for the MEP-PU-810D fleet. This includes specific software components: Dief, Easy Reg, Jal Test, Webasto, Basler, and Beijer. The goal is to maintain mission readiness as the system transitions to sustainment.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Agency: Department of the Army, ACC-APG, B
- Place of Performance: Potential in-person discussions at Fort Belvoir, VA
- Set-Aside: None specified for this RFI; however, defense and commercial contractors, including small businesses (SDVOSB, HUBZone, WOSB), are encouraged to participate.
- Response Due: May 29, 2026, 3:00 p.m. ET
- Questions Due: May 14, 2026
- Published: April 29, 2026
Submission Requirements
Respondents must provide clear and concise answers to specific questions, structured to align with the RFI's numbering. Responses should not exceed fifteen (15) pages (Arial Font 12, single spaced) and must be submitted electronically to Ms. Keane Sablon (keane.s.sablon.civ@army.mil) and Ms. Rosetta Wisdom-Russell (rosetta.wisdom-russell.civ@army.mil). No classified or sensitive information should be included. Proprietary information must be clearly marked.
Key Information Requested
The RFI seeks detailed information on:
- Company Information: CAGE, UEI, FCL, CMMC, business size, contract type experience.
- Capabilities & Technical Experience: System Security Engineering (SSE), Secure Software Development, Software Assurance, Cybersecurity Test & Evaluation (Cyber T&E), Vulnerability Management, Supply Chain Risk Management (SCRM), Documentation & Data Rights, Forecasting & Obsolescence Management, and Program Management.
- Transition Approach: Methodology for transitioning complex software systems from an outgoing contractor.
- Business Questions: Commerciality of the requirement and past government contract experience.
Additional Notes
This is solely for informational and planning purposes and does not constitute a solicitation or a promise to issue a future RFP. The Government will not pay for information provided. Not responding does not preclude participation in future solicitations.