Skip to content
Department of Defense

Project Manager Electronic Warfare & Cyber (PM EW&C) Future Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ) Vehicle & Single Award (SA) Integration IDIQ

Solicitation: W56KGY-26-R-0202
Notice ID: a627ded77e454706b545fa0ce1b627b5
TypeSources SoughtNAICS 334220DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMDPostedFeb 02, 2026, 12:00 AM UTCDueFeb 16, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 16, 2026. Industry: NAICS 334220.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$21,643,914
Sector total $20,354,308,656 • Share 0.1%
Live
Median
$173,530
P10–P90
$35,508$350,000
Volatility
Volatile181%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($21,643,914)
Deal sizing
$173,530 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 MD
Live POP
Place of performance
Maryland • United States
State: MD
Contracting office
Aberdeen Proving Grou, MD • 21005-1846 USA

Point of Contact

Name
Raymond Bailey
Email
raymond.c.bailey2.civ@army.mil
Phone
5206713644
Name
Kristen N. Robertson
Email
kristen.n.robertson4.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG
Contracting Office Address
Aberdeen Proving Grou, MD
21005-1846 USA

More in NAICS 334220

Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals.  Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  Please note, the information received from this RFI is used to help the Government refine the requirement and help identify areas of ambiguity so that, if released, the RFP is well defined.  Any feedback/questions as a result of this RFI will not be responded to directly and will be addressed in the final RFP if the Government deems it necessary.

BACKGROUND.  PM EW&C is exploring an acquisition strategy to provide commercially sourced, worldwide, end-to-end lifecycle management and integration for the Army’s portfolio of Electromagnetic Warfare (EW) systems.

The current acquisition and fielding model presents challenges in meeting the diverse, mission-specific requirements of tactical commanders. Fielding a common basis of issue (BOI) across varied formations (e.g., heavy, light, airborne) has proven to be neither cost-effective nor optimal for ensuring battlefield lethality against modern, technologically advanced adversaries.

To address these challenges, PM EW&C is contemplating a new acquisition framework designed to increase flexibility, speed, and commander involvement in the equipment selection and fielding process.

DESCRIPTION.  The Government is considering a dual-contract approach to separate the procurement of capabilities from their integration, ensuring both robust competition and objective systems engineering. This strategy consists of two planned Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. One Single Award (SA) IDIQ for integration, and one Multiple Award (MA) IDIQ for capabilities.

Multiple Award (MA) IDIQ Contract: To establish a comprehensive catalog, or "menu," of EW and Signals Intelligence (SIGINT) capabilities, equipment, and services from a wide range of qualified industry partners. The Government anticipates issuing individual Request for Task Execution Plans (RTEPs) or RFPs to award task orders on a Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Award-Fee (CPAF), Cost Reimbursable, and/or Firm-Fixed-Price (FFP) basis.

One Single Award (SA) IDIQ Contract: To secure a single Integrator responsible for the engineering, integration, and fielding of mission-tailored capability sets. This contract will be for the impartial, technically and operationally sound engineering and integration of capabilities selected from the MA IDIQ. The Integrator will be responsible for designing, delivering, and supporting fully integrated, unit-specific EW/SIGINT capability sets. To ensure impartiality and protect the integrity of the competitive process, the Integrator contractor and its affiliates will be ineligible to compete for or perform work as a provider of hardware, software, or services under the MA IDIQ for the life of the contract. This restriction is essential to mitigate potential or actual OCIs and prevent unfair competitive advantages.

Each contract is planned with a five‑year base period and one five‑year option period.

NAICS. The primary North American Industry Classification System (NAICS) code for the MA IDIQ is 334220 – Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing. Both large and small businesses are encouraged to respond. Additional requirements may fall under other NAICS codes, including but not limited to 517110, 515111, 517210, 517410, 541712, and 541512. The applicable NAICS code will be assigned at the RTEP level.

The primary NAICS code is anticipated to be 541512, Computer Systems Design Services for the SA IDIQ.

QUESTIONS TO INDUSTRY.

The following questions are intended to be answered with a 3-page limit using either Arial or Times New Roman Font size 12:

  1. Does your company agree with this contracting approach? If not, what suggestions or approach would be recommended as a better strategy?
  2. Gate Criteria: What recommendations does industry have to use as gate criteria (pass/fail) that will allow vendors to move on to the next phase of the source selection?
  3. Evaluation Criteria: What discriminators are recommended by industry that will allow the Government to determine vendor capability in providing life cycle support to the EW&C family of systems?

The following questions are intended to be answered with a 2-page limit using either Arial or Times New Roman Font size 12:

  1. Has your company worked on or been either a prime or subcontractor, that developed or fielded a successful EW and/or SIGINT prototypes or capabilities within the past 3 years? If so, please list the OTA/Contract number(s) and specific responsibilities (ex. Mechanical, environmental, Software, Networking, C2, Human Factors, Production, etc.).
  2. Is your company interested in competing for this requirement as a prime or sub-contractor on the SA or MA IDIQ (cannot be both)?
  3. What level of facility clearance does your company currently hold to store, handle and produce classified materials? Please answer: SECRET, TOP SECRET, or NONE.
  4. If the answer to question 6 above is TOP SECRET, does your company have its own Sensitive Compartmented Information Facility (SCIF) or does it have a co-use agreement with another program/organization?
  5. Is your company currently Cybersecurity Maturity Model Certification (CMMC) level 2 certified or above? Please answer: Yes or No.
  6. Does your company currently have a Defense Contract Audit Agency (DCAA) approved accounting system? Please answer: Yes or no.
  7. Has your company received a Stop Work (for performance), Termination for Cause, or a Cure Notice on any contract/OTA within the past 3 years? Please answer: Yes or No. If yes, please list the OTA/Contract number.

RESPONSES.  Interested parties are requested to respond to this RFI.  Responses shall provide the following minimum administrative information: Name, mailing address, phone number, and e-mail of designated point of contact, DUNS number, CAGE CODE and a statement regarding small business status, if applicable.  

Responses are due no later than 16 FEB 2026.  Responses shall be limited to 5 pages.  Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid the Government, please segregate proprietary information (included in the page limit).  Please be advised that all submissions become Government property and will not be returned.

Respondents may provide supplemental information such as product brochures, specification sheets, photographs, illustration and technical descriptions that describe your company’s current products that most closely match these capabilities described above.  Contractors are encouraged not to include marketing informational materials that do not relate to the products recommended for consideration, as they will be discarded.  However, responses may include universal resource locator (URL) links to technical documentation materials (i.e., technical data sheet).

QUESTIONS.  QUESTION REGARDING THIS ANNOUNCEMENT SHALL BE SUBMITTED IN WRITING BY E-MAIL TO: usarmy.apg.peo-iews.mbx.pm-ewc-future-ma-idiq@army.mil.

Verbal questions will NOT be accepted.  Accordingly, questions shall NOT contain proprietary or classified information.

The Government does not guarantee that questions received will be answered. 

SUMMARY.  THIS IS AN RFI ONLY to identify sources that can provide comprehensive support for future capabilities and requirements for the EW&C family of systems. The information provided in the RFI is subject to change and is not binding on the Government.  The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.  All submissions become Government property and will not be returned.

Files

Files size/type shown when available.

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.