LTAMDS FMS Support

Project ID: LTAMDS_Engineering_TA_Support FederalOpportunitiesSources Sought
Overview
AgencyDLA Land and Maritime
Deadline01/28/26
Posted01/12/26
Estimated ValueNot Provided
Set AsideNone
NAICS334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC1260 - Fire Control Designating And Indicating Equipment
LocationAberdeen Proving Ground, MD 21005 United States
Description
Primary Latest Change

Summary

Posted: Jan. 12, 2026, 3:08 p.m. EST The Search Track Acquire Radiate Eliminate (STARE) Project Office is issuing an announcement for award of a five-year task order under the Defense Logistics Agency's Corporate Indefinite Delivery, Indefinite Quantity contract (SPRBL1-25-D-0006). This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This sources sought notice is being issued to accomplish market research and support planning for the requirements listed below. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government intends to award a Task Order to support the Lower Tier Air and Missile Defense Sensor (LTAMDS) Foreign Military Sales (FMS) support requirement of equipment and associated hardware and technical assistance services. This effort will consist of a contract to produce support equipment for LTAMDS FMS specific requirements, including, but not limited to battery maintenance centers (BMC), small repair parts transporters (SRPT), frequency converters, and depot test equipment and spares. This requirement will also require the contractor to be able to provide technical assistance and engineering services support for the following areas in support of LTAMDS: - Hardware and software - Inspection - Logistics support - Program management - Configuration management - Verification of system performance - Hazardous material management - Obsolescence management - Safety - Interim contractor support - Non-recurring engineering effort - System integration and check-out/confirmation support - New equipment training - Flight test support - Technical documentation The USG plans to award this effort without schematics, instructions, trademarks or patents, proprietary information or a TDP, and offeror is expected to be able to fulfill requirements without the Government providing these items. Once awarded, the STARE Project Office will manage this effort. Responsible sources may identify their interest and provide capability statements in response to this notice. Respondents may be asked to provide a capability statement to the Government to establish their ability to satisfy customer requirements. Currently, the following is the only known source for these services:

Cage Code

05716

350 Lowell St

Andover, MA, 01810-4400 The Government has not authorized, appropriated or received any funding for the supplies and services described herein. The Government may use the information provided in developing its acquisition strategy. Interested parties are responsible for appropriately marking any proprietary, restricted or competitive information contained in any response. Please note that this is not a Request for Proposal (RFP). This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Responses to this Sources Sought Notice can be submitted to Robert Hoffmann (robert.hoffmann@dla.mil) and Johnny Woods (johnny.woods@dla.mil).

Current (Newest Update)

Posted: Jan. 13, 2026, 6:42 p.m. EST The Search Track Acquire Radiate Eliminate (STARE) Project Office is issuing an announcement for award of a five-year contract under the Defense Logistics Agency's Corporate Indefinite Delivery, Indefinite Quantity contract (SPRBL1-25-D-0006). This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This sources sought notice is being issued to accomplish market research and support planning for the requirements listed below. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government intends to award a contract under the terms and conditions of SPRBL1-25-D-0006 to support the Lower Tier Air and Missile Defense Sensor (LTAMDS) US and Foreign Military Sales (FMS) support requirement of equipment and associated hardware and technical assistance services. This effort will consist of a contract to produce support equipment for LTAMDS US and FMS specific requirements, including, but not limited to battery maintenance centers (BMC), small repair parts transporters (SRPT), frequency converters, and depot test equipment and spares. This requirement will also require the contractor to be able to provide technical assistance and engineering services support for the following areas in support of LTAMDS: Hardware and software Inspection Logistics support Program management Configuration management Verification of system performance Hazardous material management Obsolescence management Safety Interim contractor support Non-recurring engineering effort System integration and check-out/confirmation support New equipment training Flight test support Technical documentation The USG plans to award this effort without schematics, instructions, trademarks or patents, proprietary information or a TDP, and offeror is expected to be able to fulfill requirements without the Government providing these items. Once awarded, the STARE Project Office will manage this effort. Responsible sources may identify their interest and provide capability statements in response to this notice. Respondents may be asked to provide a capability statement to the Government to establish their ability to satisfy customer requirements. Currently, the following is the only known source for these services: Raytheon Company Cage Code: 05716 350 Lowell St Andover, MA, 01810-4400 The Government has not authorized, appropriated or received any funding for the supplies and services described herein. The Government may use the information provided in developing its acquisition strategy. Interested parties are responsible for appropriately marking any proprietary, restricted or competitive information contained in any response. Please note that this is not a Request for Proposal (RFP). This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government. Responses to this Sources Sought Notice can be submitted to Robert Hoffmann (robert.hoffmann@dla.mil) and Johnny Woods (johnny.woods@dla.mil).

Contacts
Contact nameRobert Hoffmann
Contact emailrobert.hoffmann@dla.mil
Contact phone(443) 206-0430
Secondary contact nameJohnny Woods
Secondary contact emailjohnny.woods@dla.mil
Secondary contact phone(443) 861-4528
Same Region Opportunities

MAPS RFP Draft 6

Agency: ACC Aberdeen Proving Ground

Location: Aberdeen Proving Ground, Maryland

NAICS: 541330