Navigate the lattice: hubs for browsing, trends for pricing signals.
Description
SOURCES SOUGHT FOR Support of SAS Law Enforcement Intelligence (LEI) Software
INTRODUCTION
The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements.
The result of this sources sought/market survey will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company’s solution, and your ability to meet potential system requirements.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
CECOM SAMD administers and manages FMS cases including requirements for Partner Nation. CECOM SAMD’s goal is to satisfy customer country requirements for Support of SAS LEI Software.
REQUIRED CAPABILITIES
The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to Iraq.
System Requirements consist of:
Survey of Legacy Hardware and Software. The contractor shall survey legacy hardware and software to provide a list of all necessary equipment and technology for the design, engineering, logistics, training and materials required to support system development and replacement of the MEMEX Information Sharing Initiative. The MEMEX system shall be replaced with SAS Law Enforcement Intelligence (LEI) system.
Procurement and Installation, Integration, of New Hardware and Software. The contractor shall be responsible for the software and hardware procurement, systems integration support, installation support, system check out, logistic support, training and maintenance support for the entirety of the new SAS LEI system. Licenses for eighty (80) users, for at least two (2) year terms are required. A hardware and software list has been provided as an attachment to this document as an estimate of what may be required.
Data Migration to New System. The contractor shall transfer existing data flawlessly from the legacy MEMEX system to the new SAS LEI system. This migration shall retain all data quality and integrity, while being functional with the new system.
Field Service Representative. The contractor shall be responsible for Field Service Representative (FSR) support and services for the SAS LEI system for two (2) years. The FSR location will be the Republic of Iraq.
Hardware Extended Warranty. The contractor shall provide an extended warranty for all hardware up to three (3) years.
Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described. If the customer has not yet identified system quantity requirements, request the P&A estimate provide single unit costs and costs for multiple units if the estimate includes quantity discounts.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
NAICS code: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product Service Code (PSC): 6605 – Navigational Instruments
Federal Supply Code: 5826 – Radio Navigation Equipment, Airborne
SUBMISSION DETAILS
Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Nathalie Nguyen, in either Microsoft Word or Portable Document Format (PDF), via email nathalie.nguyen2.civ@army.mil no later than 4:00p.m. Eastern Daylight Time (EDT) on February 04, 2026. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.