Federal Bid

Last Updated on 02 Sep 2020 at 3 PM
Sources Sought
Aberdeen proving ground Maryland

Air Defense Interrogator Upgrade For Currently Fielded AN/TPX-57 and AN/TPX-58

Solicitation ID W56JSR17D0018_P00003
Posted Date 02 Sep 2020 at 3 PM
Archive Date 07 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qk Acc-Apg
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005

Air Defense Interrogator Upgrade Request for Information

2 September 2020

This is a Request for Information (RFI) for sources of supply, development, and implementation of a capability upgrade for the current fielded AN/TPX-57 and AN/TPX-58 Air Defense Interrogators (ADI).  The ADI is part of the international military Identification Friend or Foe (IFF) system.  This RFI is for planning purposes only.  This is NOT a request for quotations or proposals.  A formal solicitation may or may not be issued by the Government as a result of the responses to this RFI.  The Government will NOT pay for any response expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.

Description:  The Army is searching for sources of supply to implement additional capability in the current fielded AN/TPX-57(V)1 and AN/TPX-57(V)2 Air Defense Interrogators.  The source must also have the capability to update all of the AN/TPX-57(V)1 and AN/TPX-57(V)2 documentation required for a material release of the ADI added capabilities. These capabilities include use of an external Coordinated Universal Time source, as well as software/firmware (SW/FW) updates, resolution of all Change Request (CR), and upgrades required to address all obsolescent parts. Raytheon is the original developer and producer of the AN/TPX-57(V)1 and AN/TPX-57(V)2.  The Army does not possess a competitive data package for these items. 

The upgrade to the AN/TPX-57s will include all current IFF modes required by the latest Air Traffic Control Radar Beacon System (ATCRBS), Identification Friend or Foe (IFF), Mark XII/Mark XIIA/Mark XIIB Systems (AIMS) Technical Standard.  It must be responsive to current host system (Patriot) interrogation request/schemes while enforcing the latest (AIMS) requirements. Interrogator side-lobe suppression is required and the design must accommodate Patriot’s (1300W) transmitter power levels while retaining commonality with current Patriot IFF antennas.  The upgrade shall address obsolescence issues in the current AN/TPX-57 as well as the foreign military sales version of the AN/TPX-57, the AN/TPX-58.  The contractor shall have the capability to develop, build, integrate, test, and qualify the ADIs to meet the latest AIMS post 2020 requirements.

The contractor must submit a capabilities statement to the government on how they will upgrade the currently fielded AN/TPX-57(V)1,  AN/TPX-57(V)2 and AN/TPX-58 Air Defense Interrogators.    The government does not possess a Level III Technical Data Package for any of the items.  Information should also include:

  • Company size
    • Number of employees
    • Number of employees with SECRET clearance available
  • Past experience with the AN/TPX-57(V)1, AN/TPX-57(V)2, AN/TPX-58 and ADI KIV-77 Crypto Applique
    • Explain how your company performed this type of effort of similar type in size and complexity
    • Provide examples of recent contracts/task orders in the last 3 years
      • As a Prime-Contractor
      • As a Sub-Contractor
  • Portioning of work
    • Does your firm possess the ability to perform 50% of the work
  • In-house capability versus outside resources (i.e. subcontractors/teaming arrangements)
  • Accounting system:  Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system?
  • Facility Security Classification currently held.
  • Information storage:  Does your facility have the ability to store/transmit SECRET information? If yes, provide a copy of your DSS Facility Site Clearance document(s).

The contractor will be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. The contractor will require access to SECRET information, COMSEC information, NATO information, Foreign Government Information (FGI) and For Official Use Only (FOUO) information.  

Interested parties who are capable of supplying these items should submit brief, not to exceed 10 pages, unclassified response no later 20 days after posting.  Please submit response to: [email protected]

Unclassified submission only.  Submission of proprietary and other sensitive information should be marked and identified with disposition instructions.  Submitted material will not be returned.

The government will review the submitted responses and may schedule further discussions with responding vendors.  If needed, responders will be contacted individually.  Questions regarding this Request for information can be directed to the email address:  [email protected]

Bid Protests Not Available

Similar Past Bids

Fort monmouth New jersey 03 Jan 2003 at 5 AM
Fort monmouth New jersey 30 Jul 2004 at 5 AM

Similar Opportunities

Montpelier Vermont 30 Jul 2025 at 8 PM
Wisconsin 05 Aug 2025 at 7 PM
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)