Skip to content
Department of Defense

Sources Sought - Sole Source for TAK Software Maintenance

Solicitation: HDTRA126CETAK
Notice ID: efce12eed2e1434fae52a9fb234d986b

Sources Sought from DEFENSE THREAT REDUCTION AGENCY (DTRA) • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 09, 2026. Industry: NAICS 541511 • PSC DA01.

Market snapshot

Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.

12-month awarded value
$9,650,220
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$275,911
P10–P90
$275,911$275,911
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+765%($7,650,220)
Deal sizing
$275,911 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 VA
Live POP
Place of performance
Fort Belvoir, Virginia • 22060 United States
State: VA
Contracting office
Fort Belvoir, VA • 22060-6201 USA

Point of Contact

Name
Sharon Lightfoot
Email
sharon.c.lightfoot.civ@mail.mil
Phone
5716166989

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE THREAT REDUCTION AGENCY (DTRA)
Subagency
DEFENSE THREAT REDUCTION AGENCY
Office
Not available
Contracting Office Address
Fort Belvoir, VA
22060-6201 USA

More in NAICS 541511

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract on a SOLE SOURCE basis but is seeking responses from vendors that may be able to perform this requirement thereby supporting a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.

Product Service Code: DA01 (IT and Telecom—Business Application/Application Development Support Services (Labor))

NAICS Code: 541511 (Custom Computer Programming)

Size Standard: $34.0M

Current Award Information:

     Vendor: Charles Stark Draper Laboratory, INC

     Contract Number: HDTRA1-21-C-0058

     Contract Value: $1,651,562.00

     Contract Completion Date: 29 September 2026

This notice is in support of a proposed Firm Fixed Price (FFP) sole source follow-on contract to Charles Stark Draper Laboratory, Inc for continued maintenance on software updates to the Nuclear Enterprise Tactical Assault Kit (TAK) used on Department of War (DoW) Chemical, Biological, Radiological, Nuclear, and high-yield Explosives (CBRNE) systems. The statutory authority for the sole source procurement is FAR Part 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The draft Performance Work Statement (PWS) for this effort is attached.

Interested vendors are asked to submit their company’s capability statement (.pdf format) providing clear and convincing evidence of their qualifications and/or capabilities. In addition to the capability statement, interested vendors are asked address the below questions in their response to this sources sought:

  1. What experience do you have integrating CBRN sensors into Tactical Awareness Kit (TAK) platforms?
  2. What experience do you have with CBRN Sensors, MANET radios, and their integration into TAK Plug-ins?
  3. What experience do you have with Rad COT and Rad Protobuf APIs?
  4. What experience do you have building, administrating, and modifying TAK Server?
  5. What experience do you have with WebTAK?
  6. What experience do you have creating and modifying WebTAK Plug-ins and features?
  7. Do you have experienced Human Centered Engineering personnel?
  8. What is your strategy to perform comprehensive regression testing with released versions of TAK products and plug-ins to ensure 100% functionality?
  9. What experience do you have with containerized services and microservices?
  10. What experience do you have administrating AWS Gov Cloud TAK Server?
  11. What experience do you have with Key Cloak, Multifactor Authentication, and TAK Server federation?
  12. What is your strategy to provide security scanning and validation to support Authority to Operate (ATO) requirements?
  13. Have you provided maintenance, support, bug fixes, and modifications for a TAK Plug-in you did not create?
  14. Have you worked directly with end users, operational advisors, and technical points of contact to identify, fix, and validate software issues?
  15. Have you created user documentation, such as user guides, for TAK Plug-ins?
  16. Does your company currently possess a Top-Secret Facility Clearance?

Vendors must include the following information in their response: 1)name of the firm, 2)point of contact, 3)phone number, 4)email address, 5)UEI number, 6)CAGE code, 7)identify business size (large business or a small business), if applicable, a 8)declaration regarding small business status including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.

Responses shall be sent via email to the Contract Specialist of record for this requirement by/before Monday, 09 March 2026 at 1200 EST (Ft. Belvoir local time):

Sharon Lightfoot (Sharon.c.lightfoot.civ@mail.mil). Vendor qualifications, attested capabilities, and submitted answers will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.

           

Telephone inquiries will not be accepted. This notice does not constitute a Request for Quote (RFQ) nor a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. If a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE) as required by FAR 5.2. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.

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.