The primary objectives of the Next Generation Transponder (NGT)-II acquisition are to provide cutting-edge cellular, satellite, and hybrid tracking technologies, as well as comprehensive support services, to meet the global logistics needs of the Department of Defense (DOD), US Coast Guard (USCG), North Atlantic Treaty Organization (NATO), and other federal agencies. The goal is to standardize and ensure interoperability among government users, while also providing flexibility to support joint operations with allied partners and meet Foreign Military Sales (FMS) requirements, ultimately enhancing logistics support and coordination worldwide.
The United States Government (USG) is conducting a source selection for NGT-II under FAR Part 12 Acquisition of Commercial Items in conjunction with the policies and procedures of Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The award will be made based on the Lowest Price Technically Acceptable (LPTA). The estimated date of release is July 9, 2025. This will be a small business set aside consistent with the size standard associated with North American Industry Classification System (NAICS) Code 334111 - Electronic Computer Manufacturing.
The USG intends to award up to six Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. However, the USG reserves the right to award no contract(s), or any number of contracts between one and six contracts, dependent on whether a sufficient number of Offerors are found to be “Acceptable” in the non-price factors, or whether the Government can determine fair and reasonable price. The IDIQ will last five-years with five one-year ordering periods.
THIS IS A DRAFT SOLICITATION ONLY. The purpose of this draft RFP is to notify industry of a potential forthcoming requirement. This is NOT an obligation on the part of the USG. This notice does not obligate the USG to award a contract or otherwise pay for the information provided in the response. This is not to be construed as a commitment by the USG to form a binding contract or agreement. The USG will not be liable for payment of any response preparation expenses. The USG will not reimburse or pay for information submitted in response to this Draft RFP. The USG reserves the right to cancel this Solicitation at any point before contract award. In the event this Solicitation is canceled, the USG has no obligation to reimburse Offerors for any costs incurred.
The Government respectfully requests that interested offerors review all attachments and associated documents thoroughly.
******************************
An amendment to this draft RFP was made on 17 June 2025. This amendment updated Attachment 0004, Section L, changing the required compliance document from an, "RFP Letter" to "SF 1449 and SF30". This amendment also updated Attachment 0005, Section M, revising the Factor 2 - Price instructions to include statements on how the price will be evaluated and how the TEP will be calculated. Last, this amendment also included the addition of an estimated RFP release date in the description.