Skip to content
Department of Defense

AH-64 Apache Fire Control Radar

Solicitation: W58RGZ-26-R-0004
Notice ID: 624dbd1e4ac14de9946c3271aadba448
TypeSources SoughtNAICS 336411PSCR706Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 12, 2026, 12:00 AM UTCDueFeb 27, 2026, 10:00 PM UTCCloses in 5 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 27, 2026. Industry: NAICS 336411 • PSC R706.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$277,068,118
Sector total $20,354,308,656 • Share 1.4%
Live
Median
$109,701
P10–P90
$27,425$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($277,068,118)
Deal sizing
$109,701 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Redstone Arsenal, Alabama • 35898 United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-0000 USA

Point of Contact

Name
Meagan M Melton
Email
meagan.m.melton.civ@army.mil
Phone
Not available
Name
Jessica Mangum
Email
jessica.t.mangum.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK ACC-RSA
Contracting Office Address
Redstone Arsenal, AL
35898-0000 USA

More in NAICS 336411

Description

This Sources Sought Notice is to research the number of large and small businesses capable and interested in the prospective procurement. The United States Government (USG) Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking qualified sources to provide depot repair and sustainment support for the AH-64 Apache Fire Control Radar (FCR).

The Contractor shall provide supply support and depot level maintenance of highly complex, electrical components of the FCR system. The Contractor will be required to provide all hardware, software, logistical support services, and engineering services deemed necessary to support and sustain the Apache FCR Program. Sustainment encompasses all necessary depot-level support elements, system components, test equipment, and the supply/retrograde infrastructure up to and including the Contractor Supply Support Activities. This effort also requires the Contractor to cover stock, storage, and issuance of the Legacy and Generation2 Radio Frequency Interferometer components and depot repair at the Line Replaceable Module and Line Repairable Unit level within a specified performance time limit. Sources shall be required to provide the Original Equipment Manufacturer (OEM) cooperation with the USG technical engineers in combating the adverse impacts of obsolescence, diminishing manufacturing sources, and modifications resulting from obsolescence.

This acquisition is anticipated to be awarded in accordance with (IAW) Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation. The resulting contract is anticipated to be a Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee performance-based contract with a one-year base period and four additional one-year options.

This is a sources sought notice. No contract award will result from this notice, and it does not constitute a commitment by the Government. Responses to this sources sought notice will be used by the Government in making an appropriate acquisition decision.

The Government does not own the Technical Data Package (TDP) for this action. The TDP is held by Longbow Limited Liability Company (LBL). Interested offerors responding to this notice must be able to demonstrate that they have access to the TDP or how the requirements can be accomplished without having this data available and without incurring significant additional costs.

This notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All costs associated with responding to this notice will be solely at the responding party’s expense. Not responding to this notice does not preclude participation in any future RFP, if any are issued. Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract.

All interested sources are encouraged to submit a response via email to Meagan Melton, Contract Specialist, at meagan.m.melton.civ@army.mil and Jessica Mangum, Contracting Officer, at jessica.t.mangum.civ@army.mil. No telephone inquiries will be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.