Loading...
SCH-26-01
Response Deadline
Jun 30, 2026, 8:00 PM(CDT)69 days
Eligibility
Contract Type
Sources Sought
SYNOPSIS
The US Army is conducting market research to identify Commercial off the Shelf (COTS) hardware solutions that support requirements for an immediate need of Specialized Computer Hardware (SCH). The desired SCH would have the capacity to serve multiple critical missions. The SCH will host, process, and execute a range of applications which can result in intense workloads.
THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND THE GOVERNMENT WILL NOT PROVIDE REIMBURSEMENT OF COSTS ASSOCIATED WITH THE DOCUMENTATION SUBMITTED FOR THIS INFORMATION.
The submitted documentation, upon delivery, becomes the property of the U.S. Government. Submissions will not be returned
Pursuant to Federal Acquisition Regulation (FAR) 15.2, this notice is being issued as a REQUEST FOR INFORMATION ONLY. In accordance with FAR 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. No contract award is intended to result from this request. The Government will use responses to this RFI to determine industry interest and capability. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government point of contact is Leigh Kellstrom, US Army Contracting Command-Redstone, Attn: CCAM-MSC-B, Redstone Arsenal, AL 35898, and can be contacted via email only, leigh.t.kellstrom.civ@army.mil.
SPECIALIZED COMPUTER HARDWARE PERFORMANCE REQUIREMENTS
Respondents replying to this RFI will address how their solution meets the following minimum performance requirements for the SCH in their response.
At a minimum, the SCH shall:
tool suites to include Vivado, etc.
Options.
battery changes, if applicable.
RESPONSE INSTRUCTIONS
Part A. Business Information:
Please provide the following information for your company and for any teaming or joint venture partners:
Company/Institute name
Address
Point of Contact
Commercial and Government Entity (CAGE) Code
Unique Entity Identifier (UEI)
Phone Number
Email Address
Web page URL
Size of business pursuant to North American Industry Classification System (NAICS) Code 423430; Computer and Computer Peripheral Equipment and Software Merchant Wholesalers.
Based on the above NAICS Code, state (Yes/No) whether your company qualifies as a Small Business, Woman Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service-Disabled Small Business, or Central Contractor Registration. Provide a statement describing your company as domestically or foreign owned (if foreign owned, please indicate country of ownership).
Part B. Company Capability (3-page maximum):
Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency or organization supported.
If you plan to use subcontractors for this effort, include anticipated subcontractors and the associated estimated percentage of work.
Part C. Technical Submission:
At a minimum, the white paper shall provide a description of the solution and a statement on how the solution meets these key attributes:
The response should include a detailed description of the solution at the system and subsystem level. The response should identify if the solution requires development or is an existing solution. The submission should outline key performance capabilities of the solution. The response should include the current and projected Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) at the system and subsystem levels and provide supporting information to justify the ratings. The respond should include a projected schedule for the integration, test, qualification, and transition to production include long lead times. The response should address the data rights assertions for the solution. The response should address technical and programmatic risks associated with the solution including any significant supply chain concerns and resulting schedule impacts.
SUBMISSION INSTRUCTIONS
All responses must be submitted in writing, and must include the following: company name, CAGE code, and appropriate point of contact information. The Government will consider marketing material as an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The Government will honor appropriate proprietary claims to prevent improper disclosure.
The response must include a white paper of no more than 20 pages (text 12-point font, figures 9-point) describing the SCH solution. A fold-out page counts as one page. Responses are due not later than 30 June 2026, 1500 Central Standard Time. Submit unclassified, electronic responses via email to:
*Questions must be submitted no later than 22 May 2026, 1500 Central Standard Time to all personnel listed above.
*If any submissions contain classified information, please contact Leigh Kellstrom, leigh.t.kellstrom.civ@army.mil for classified submission instructions.
Leigh Kellstrom
Preston Brent
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK ACC-RSA
W6QK ACC-RSA
AMCOM CONTRACTING CENTER MISSLE
REDSTONE ARSENAL, AL, 35898-5090
Set-Aside
No Set aside used