Active Solicitation · DEPT OF DEFENSE

    TOW - Integrated Target Acquisition System (ITAS) - Contractor Logistics Support (CLS)

    Sol. W31P4Q-26-R-0030Sources SoughtSet-aside: No Set aside usedREDSTONE ARSENAL, AL
    Open · 6d remaining
    DAYS TO CLOSE
    6
    closes May 19, 2026
    POSTED
    May 6, 2026
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    L014
    Product & service classification

    AI Summary

    The U.S. Army is seeking information from US-based companies capable of providing Contractor Logistics Support for the TOW Improved Target Acquisition System from 2028 to 2030. This Sources Sought Notice aims to identify interested parties with the necessary resources and security clearances. Responses are due by May 19, 2026, and should include detailed capability statements.

    Contract details

    Solicitation No.
    W31P4Q-26-R-0030
    Notice Type
    Sources Sought
    Set-Aside
    No Set aside used
    Posted Date
    May 6, 2026
    Response Deadline
    May 19, 2026
    NAICS Code
    541330AI guide
    PSC / Class Code
    L014
    Contract Code
    2100
    Issuing Office
    W6QK ACC-RSA
    Primary Contact
    Jacqueline Reaves
    State
    AL
    ZIP Code
    35898-5090
    AI Product/Service
    service

    Description

    Tube-launched Optically-tracked Wireless-guided (TOW) Improved Target Acquisition System (ITAS) Contractor Logistics Support (CLS) SOURCES SOUGHT NOTICE W31P4Q-26-R-0030 RESPONSE DATE: 5/19/26 by 5:00 PM CST / 6:00 EST NAICS CODE: 541330 DESCRIPTION: The U.S. Army Contracting Command, Redstone Arsenal, Alabama is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a follow on Contractor Logistics Support (CLS) contract in support of the Tube-launched Optically-tracked Wireless-guided (TOW) Improved Target Acquisition System (ITAS) for Calendar Years (CY) 2028 - 2030. The proposed North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $16.5M. It is contemplated that this award will be made to Raytheon Company utilizing an other than Full and Open Competition (FAOC) approach in accordance with Federal Acquisition Regulation (FAR) 6.302-l, Tube-launched Optically-tracked Wireless-guided (TOW) Improved Target Acquisition System (ITAS) Contractor Logistics Support (CLS) Only One Responsible Source. The Government intends to solicit and award a Firm Fixed Price contract with a Cost Plus Fixed Fee Contingency Contract Line Item Number (CLIN) for this requirement. This action is limited to US Based Companies with approved facilities for classified information. This acquisition will require personnel that are US citizens with a Secret security clearance. There is no Solicitation at this time. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is strictly voluntary. The Government assumes no financial responsibility for any costs incurred for preparation of responses to this sources sought notification or any follow up information requests. All responses will be considered. Extraneous materials (brochures, manuals, etc) will not be considered. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years. Submission Instructions: Responses shall not exceed 15 pages and use Times New Roman or Arial 12-point font size. Interested parties who consider themselves qualified to perform the above listed requirement are invited to submit a response to this Sources Sought Notice by 1700 CST / 1800 EST on 19 MAY 2026. All responses to this Sources Sought Notice must be emailed to jacqueline.a.reaves2.civ@army.mil and christopher.t.walker47.civ@army.mil. All questions and comments concerning this Sources Sought should be e-mailed to the POC's aforementioned above and must be in writing; no telephone calls. Disclaimer: This Sources Sought Notice is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. Attachment/Links DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS WILL BE PROVIDED TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT AND NO AWARD WILL BE MADE OFF THIS RFI. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ELIGIBILITY: This action is limited to US Based Companies with approved facilities for classified information. This acquisition will require personnel that are US citizens with a Secret security clearance. The Technical Data Package (TDP) is not available. It is owned by Raytheon Company located at 2501 West University Drive McKinney, TX 75071-2813 (CAGE Code 96214). The applicable North American Industry Classification Systems (NAICS) Code is 541330 which has a corresponding Size Standard of $16.5M. SUBMISSION DETAILS If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, POC, email address, web-site address, telephone number, and size and type of ownership for the organization. Please provide your Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Additionally, provide a description of similar services offered to the Government and/or to commercial customers for the past three years. Submission Instructions: Responses shall not exceed 15 pages and use Times New Roman or Arial 12-point font size. Interested parties who consider themselves qualified to perform the above listed requirement are invited to submit a response to this Sources Sought Notice by 1700 CST / 1800 EST on 19 May 2026. All responses to this Sources Sought Notice must be emailed to christopher.t.walker47.civ@army.mil and jacqueline.a.reaves2.civ@army.mil. All questions and comments concerning this Sources Sought should be e-mailed to the POC's aforementioned above and must be in writing; no telephone calls. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Primary Point of Contact: Christopher T. Walker Contract Specialist christopher.t.walker47.civ@army.mil Secondary Point of Contact: Jacqueline A. Reaves Contracting Officer jacqueline.a.reaves2.civ@army.mil

    Key dates

    1. May 6, 2026Posted Date
    2. May 19, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    TOW - Integrated Target Acquisition System (ITAS) - Contractor Logistics Support (CLS) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.