Opportunity

SAM #W909MY-26-R-0001

Army Sole Source Sustainment and Repair for HMDS 6B with ELTA North America

Buyer

APG Contracting Center

Posted

April 23, 2026

Respond By

May 08, 2026

Identifier

W909MY-26-R-0001

NAICS

334511, 336419, 541330

This opportunity involves a planned five-year sole source contract for the sustainment and repair of the Husky Mounted Detection System (HMDS) 6B for the U.S. Army: - Government Buyer: - U.S. Army Contracting Command-Aberdeen Proving Ground, Belvoir (ACC-APG), on behalf of CECOM Integrated Logistics Sustainment Center (ILSC) - OEMs and Vendors: - ELTA North America (ENA) (primary OEM and contractor) - Chemring Sensors and Electronic Systems (CSES) (previous incumbent, technical data transferred to ENA) - Products/Services Requested: - Sustainment and repair services for HMDS 6B - Includes production of HMDS 6B repair parts (no specific part numbers or quantities provided) - Non-personal services: technical support, engineering changes, depot-level maintenance, logistics, management data, and limited proprietary/vendor-specific services - Unique/Notable Requirements: - Sole source to ENA, which now holds all technical data and documentation for HMDS 6B - Supports both Quick Reaction Capability (QRC) and Program of Record (POR) Army fleets - Services to be performed from ENA's Annapolis Junction, Maryland facility - Contract structure: one-year base period plus four 12-month option periods (total five years), with a mix of cost-reimbursement and firm fixed price line items - Delivery schedules and destinations to be determined upon award for each option period - No specific part numbers or quantities are listed in the notice

Description

The Government anticipates issuing a solicitation for this requirement. Certain aspects of this effort may involve proprietary data, designs, or systems that are not available for release.

The Army Contracting Command-Aberdeen Proving Ground, Belvoir, on behalf of the US Army's Communications-Electronics Command, Integrated Logistics Sustainment Center (CECOM ILSC), intends to negotiate a Cost Reimbursement type and Firm Fixed Price production and service contract for the sustainment of the Husky Mounted Detection System (HMDS). The contract will be negotiated with ELTA North America (ENA) of Herndon, VA, and will include a one (1) year base ordering period followed by four (4) 12-month option periods, for a total of a five (5) year sole source contract for repair services utilizing a mix of cost-reimbursement CLINs, with workload based on estimated repair demand. Delivery schedules and destinations for items will be established upon award for each option period.

The HMDS contract will allow for the continued procurement of HMDS 6B services, including non-personal services including HMDS technical services, engineering changes, depot level maintenance, HMDS technical, logistics, management data,  and limited vendor-specific/proprietary services. This proposed contract will serve as the comprehensive solution to satisfy requirements for the continued production of HMDS 6B repair parts and the sustainment of the Army’s Quick Reaction Capability (QRC) and Program of Record (POR) fleets through FY31. Market research for this Pre-solicitation notice was performed under Notice ID DLA-Aberdeen-25-067. It was determined that ENA was the only respondent to the Sources Sought announcement from June 2025. ENA has purchased all technical data, both proprietary and non-proprietary, from the previous incumbent on Contract W909MY-18-D-0014, Chemring Sensors and Electronic Systems (CSES), as well as all other related program documentation (e.g., deliverables to the U.S. Government from CSES). ENA provides services for the HMDS contract through its facilities in Annapolis, MD. The vendor demonstrates strong capabilities in supporting the HMDS program, with a focus on technical expertise, supply chain management, and program efficiency. ENA’s commitment to meeting U.S. Government requirements, managing obsolescence, and providing long-term support positions them as a reliable partner for the HMDS program.

This notice of intent is published in accordance with FAR 5.201 and is NOT a request for proposals. Interested parties, however, may identify their interest and capability by, demonstrating their ability to perform the requirement, including relevant experience with similar systems, ability to work with or obtain necessary data rights, and any feasible alternative approaches that do not rely on restricted proprietary information. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be used solely for planning purposes to assess the availability of capable sources and to inform the Government’s acquisition strategy. A determination by the Government not to compete the proposed contract, based upon responses to this notice, is solely within the discretion of the Government.

Responses shall be no longer than ten (10) pages and provided in a Microsoft Word compatible format. Responses shall be submitted via email to Contracting Officer Alexis.R.Williams.civ@army.mil and Contract Specialist Jamillah.N.Jonjo.civ@army.mil within 15 calendar days of the date of this notice. The email subject line should include the phrase “W909MY-26-R-0001, HMDS Response to Pre-solicitation Notice”. All requests for further information must be in writing and sent via email to the above addresses; telephone requests for additional information will not be honored.

View original listing