SOURCES SOUGHT: Personnel Recovery with Next-Generation PLB Technology – PRSS 1b Request for Information (RFI)
Solicitation Number: To Be Determined
Date: 05 JUNE 2025
Point of Contact: Army Contracting Command Request that interested parties provide a written response to this RFI NLT 7 July 2025, 1600 CST to Ms. Kelly Bayha, [email protected] or Mr. Joe Pollard, [email protected]. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
THIS IS A Sources Sought (SS)/Request for Information (RFI) ONLY. This SS/RFI is not a solicitation. No award will result from this request. This synopsis is for informational purposes only and does not commit the Government to any course of action. The Government will not reimburse any costs associated with responding.
The Army Contracting Command – Redstone Arsenal (ACC-RSA) is actively seeking innovative and qualified industry partners to deliver a critical life-saving capability: the Personnel Recovery Device (PRD) – a next-generation Personal Locator Beacon (PLB) – as part the Personnel Recovery Support System (PRSS). This Sources Sought Synopsis is a vital market research effort to identify potential offerors for a future, full and open competitive acquisition. Your response will directly influence the future of personnel recovery for our warfighters.
1. URGENT OPERATIONAL NEED & ACQUISITION OVERVIEW
The Army requires 75,000 PRD units over a 60-month contract, commencing in the first quarter of FY2026. This acquisition is paramount to rapidly fielding a significantly enhanced personnel recovery solution. The PRD will dramatically improve the recovery rate of isolated personnel by leveraging cutting-edge technology and adhering to stringent military standards.
2. KEY REQUIREMENTS – A MANDATORY FOUNDATION
The PRD is a MIL-SPEC PLB designed for superior performance and reliability. Essential capabilities include:
COSPAS-SARSAT Compliance: Full compatibility with the Second Generation COSPAS-SARSAT (CS) waveform and technology and a secure, software-defined radio (SDR) capability for a to-be-determined waveform. Certification: Compliance with CS specification T.018 and either current type-approval to CS standard T.021 or a Letter of Compatibility (LOC) in lieu of type approval. A Type Approval Certificate (TAC) and associated numeric code from the COSPAS-SARSAT Consortium are required for contract award and production deliveries.
Performance Excellence: Demonstrated improvements in accuracy, reduced latency, and significant reductions in size, weight, and power consumption compared to existing PLB technologies.
NAICS Code: The Government intends to release the RFP under NAICS Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
3. RESPONSE REQUIREMENTS – CONCISE & COMPLETE
Interested parties are requested to submit a concise, yet comprehensive, response (maximum 10 single-sided or 5 double-sided pages) to ACC RSA by the specified due date. Submissions can be through written correspondence and/or electronic mail
Responses must include, at a minimum:
Company Profile: Name, address, CAGE code, and size status (SB, SA, SOVOSB, etc.) under the identified size standard.
Point of Contact: Name, title, phone number, and email address of a designated primary POC.
Capabilities Overview: A detailed description of your company/organization and your candidate PRD solution, clearly demonstrating how it meets the requirements outlined above.
Production Timeline: Estimated production lead time (in months) from contract reduction to initial delivery.
Participation Intent: A clear statement of intent to submit a proposal as a Prime Contractor or Subcontractor upon RFP release.
4. CRITICAL INFORMATION REQUEST – SHAPE THE ACQUISITION
Please provide detailed answers to the following questions:
1. NAICS Code Assessment: Do you believe a different NAICS code is more appropriate for this acquisition? If so, please provide the suggested code and a comprehensive justification.
2. In-House Capacity: What is the maximum percentage of the overall requirement your organization can perform with in-house resources, considering the limitations on subcontracting outlined in FAR Clause 52.219-14(c)?
3. Prime/Subcontractor Role: Upon RFP release, will your organization submit a proposal as a Prime Contractor or as a Subcontractor?
Your timely and thorough response is greatly appreciated and will contribute to the success of this vital procurement.
Disclaimer: This Sources Sought Synopsis is for informational purposes only and does not constitute a commitment to award a contract. The information provided in response will be used solely for market research and planning. Responses are not considered proposals and will not be evaluated for contract award. The Government reserves all rights.