Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOURCES SOUGHT

99 -- Contractor Logistics Support (CLS) & Engineering Services (ES) for Containerized Weapon System (CWS)

Notice Date
2/23/2026 1:57:47 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
033622-CWS-CLS_ES
 
Response Due
2/24/2026 3:00:00 PM
 
Archive Date
03/11/2026
 
Point of Contact
Tyler Carter
 
E-Mail Address
tyler.j.carter25.civ@army.mil
(tyler.j.carter25.civ@army.mil)
 
Description
The U.S. Army Contracting Command - Redstone Arsenal (ACC-RSA) is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support contractor logistic support (CLS) and engineering services for the Containerized Weapon System (CWS), the CWS - Advanced Precision Kill Weapon System (CWS-A), and the Serenity system. This requirement consists of sustainment services including Continental United States (CONUS) and Outside Continental United States (OCONUS) field support representatives (FSR), repair and maintenance, training, and related shipping and travel. Additionally, this requirement will include engineering, development, integration, and testing associated with emerging requirements for the CWS, CWS-A, and Serenity systems. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330, which has a size standard of $47M. There is no solicitation at this time. The SSN is for capability information and does not constitute an invitation for bid, request for quotation, or request for proposal. The SSN does not constitute a commitment by the U. S. Army to procure supplies or services. The Government does not intend to award a contract on the basis of this SSN or otherwise pay for the information solicited. Submission of any information in response to this SSN is purely voluntary and will not be returned. The Government assumes no financial responsibility for any costs incurred in response to this SSN. If your company is interested and has the capacity to perform the contract requirements, please provide the following information: 1) Company name, address, email address, website address, telephone number, and size and type of ownership for the company, and CAGE code. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting is anticipated to deliver technical capability, the vendor should address the administrative and management structure of the arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) perform the requirements consistent, in scope and scale, with those described in this SSN and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. PROGRAM BACKGROUND It is contemplated that this award will be made to Invariant Corporation, utilizing other than a Full and Open Competition (FAOC) approach in accordance with Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. The anticipated performance period for this requirement is 36 months from the date of award. The proposed acquisition is for the requirements depicted in the following paragraphs: REQUIRED CAPABILITIES The effort includes CLS requirements for training, FSRs, and repair and maintenance services in support of the program. In detail, the Government requires: Training � Provide contractor support of new equipment training (NET) for each system at Government locations in the form of on-site contractor personnel, support equipment, and instruction materials required to certify new operators. FSR Support � Provide on-site contractor personnel at CONUS/OCONUS locations to provide necessary NET, sustainment training, repair and maintenance, software updates, and technical support required to maintain all the required capabilities for deployed units. Repair and Maintenance � Provide on-site contractor personnel, equipment, expertise, and repair materials required to provide repair and maintenance support for CWS, CWS-A, and the Serenity system including all activities required to bring elements of each weapon system to a fully mission capable status. Shipping - Provide coverage for shipment of necessary equipment from the contractor�s facility to Government CONUS and OCONUS destinations. Travel - Provide coverage for contractor personnel to travel in support of the contract requirements. Engineering Services - Provide engineering support in the form of software and hardware engineering, system development, system integration, and component and system level testing. SUBMISSION INSTRUCTIONS: Interested parties who are qualified to perform the requirements and have the required capabilities as stated in the SSN are hereby invited to submit a response by no later than the date listed in this notice. The capabilities statement should not exceed 10 pages in length. The document should be formatted using Times New Roman font, with a minimum font size of 10 points. All responses to the SSN must be in either Microsoft Word or Portable Document Format (PDF) and submitted via email to the primary point of contact listed in this notice. All data received in response to the SSN that is marked or designated as proprietary will be fully protected to prevent improper disclosure. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to the SSN. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Responses must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a requirement of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills do your company possess which ensure capability to perform the requirements? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime contractor shall perform at least 50% of the work in terms of the cost and performance. Provide an explanation of your company's ability to perform at least 50% of the requirements included in the SSN. 6) Provide a statement including current small or large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, Unique Entity Identification (UEI), etc. 7) Respondents to the SSN should indicate if the company qualifies as a Large, Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Contract Specialist, Mr. Tyler Carter, email to tyler.j.carter25.civ@army.mil Due no later than 5:00 p.m. CST on 10 March 2026, and please reference the Notice ID in the subject line of the e-mail and on all enclosed documents. DO NOT SUBMIT CLASSIFIED MATERIAL.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/71bce588ce7a4f9593d14729b08fde83/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN07724600-F 20260225/260223230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.