Title:
USSOCOM PEO Tactical Information Systems (TIS) Valence Systems – Mule Max Gen 2 (MMG2) Mod Payload (CRANKY DUCK).
Request For Information:
The notice is for informational purposes only IAW DFARS PGI 206.302-1(d).
This is not a formal Request for Quote (RFQ) or proposal (RFP). Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement.
United States Special Operations Command (USSOCOM) has a need for a follow-on contract to USSOCOM H92401-20-C-0009 with Valence Systems, 2699 East 28th St STE 407, Signal Hill, CA, 90755 for the continued development of the system design and integration of the existing MMG2 system for Modular Payload compliance (CRANKY DUCK) to be integrated onto the Stalker VXE-30 UAS.
The MMG2 system is a modular, low probability of intercept (LPI), low probability of detection (LPD), dual-mode close target reconnaissance data transfer capability with built in anti-tamper features. The MMG2 dual mode transceiver is operator configurable to transfer data in either Ultra-Wideband (UWB) for short distance/large data volume transfers or Long Range (LR) mode for long distance/low data volume transfers. The MMG2 Mod Payload (CRANKY DUCK) will enable the current MMG2 system to be integrated onto the Stalker VXE-30 UAS, expanding the MMG2’s range and use cases to support US SOF missions.
This contract will be executed under the authority of Federal Acquisition Regulation (FAR) 6.302-1, only one source is capable of satisfying the agency's requirements. This determination is based on the fact that Valence Systems holds the proprietary data for the MMG2 system and consequently is the sole provider. This contract will be a follow-on contract to the USSOCOM R&D contract H92401-20-C-0009. All the products to be included in this follow-on contract are either continuation of design, development, and integration efforts that USSOCOM has previously invested in the testing, integrating, certifying and ultimately fielding under this current contract.
The Government contemplates the award of a contract which includes one base period with one option.
Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute this requirement.
NOTE: Capability statements must also demonstrate the ability to provide alternate capabilities that not only meets all the key capabilities of the Valence System capabilities listed above and possess the required certifications, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling the mission requirements that would be associated with introducing alternate capabilities at this time on a competitive basis.
All replies must be provided to the Government no later than Monday, 26 JAN 2026, at 4:00 p.m. Eastern Standard Time. All inquiries and responses concerning this action shall be sent in writing via email to: antonino.d.lenora.civ@socom.mil.
Senders are responsible for ensuring the complete transmission and timely receipt.
Contracting Office Address:
7701 Tampa Point Blvd
MacDill AFB, Florida 33621-5323
Primary Point of Contact:
antonino.d.lenora.civ@socom.mil, Contracting Officer