Opportunity
SAM #PANAPG-26-P-0000041704
Sole Source Maintenance and Support for L3Harris Land Mobile Radio System at Fort Leonard Wood
Buyer
AMC ACC APG Contracting Center West Sector
Posted
May 01, 2026
Respond By
May 07, 2026
Identifier
PANAPG-26-P-0000041704
NAICS
811210
This notice announces the Army Contracting Command's intent to award a sole-source contract for maintenance and support of the Fort Leonard Wood Land Mobile Radio (LMR) system. - Sole-source contract to L3Harris Technologies, Inc., the OEM of the LMR system - Services required: - Proprietary software maintenance for L3Harris ACE 2020HS - Information assurance updates to meet Army security requirements - 24/7 technical support and on-site emergency response - Annual preventative maintenance and analysis - Annual tower inspection, maintenance, and repair - Only L3Harris can provide these services due to proprietary rights and warranty restrictions - Contract period: one-year base with four one-year option periods - NAICS code: 811210 (Electronic and Precision Equipment Repair and Maintenance) - Place of performance: Fort Leonard Wood, MO - Contracting office: Fort Huachuca, AZ
Description
Notice of Intent to Award Sole Source
L3Harris Land Mobile Radio (LMR) Network Maintenance Services
The Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Huachuca Division intends to award a sole-source contract to L3Harris Technologies, Inc. This action is conducted under the statutory authority permitting other than full and open competition is 10 U.S.C. 3204(a)(1) as implemented by Revolutionary Federal Acquisition Regulation Overhaul (RFO) Federal Acquisition Regulation (FAR) 6.103-1(b), Only one responsible source and no other supplies or services will satisfy agency requirements. Furthermore, in accordance with RFO FAR 6.103-1(d), this document justifies the use of a brand-name description for the required proprietary components and software.
Intended Awardee: L3Harris Technologies, Inc. 221 Jefferson Ridge Parkway, Lynchburg, VA 24501
Requirement Description: The requirement is for comprehensive maintenance and support services for the Fort Leonard Wood Land Mobile Radio (LMR) Infrastructure. These services are critical for ensuring uninterrupted, mission-essential command and control communications. The services consist of the following:
Proprietary Software Maintenance: Provide software support, including releases for the L3Harris ACE 2020HS version, to keep the system current. This includes performance enhancements, new features, and optional features. Information Assurance Updates: Install and validate all operating system patches, updates, technical bulletins, and security alerts to ensure compliance with Army Information Assurance Vulnerability Alerts (IAVA). Infrastructure Maintenance: Provide 24/7 technical support and on-site emergency response for all LMR infrastructure items. Response to major system failures within two hours telephonically and four hours on-site. Response to minor system failures within twenty-four hours. Preventative Maintenance: Perform annual system preventive maintenance and analysis, including system testing, alignment checks, and equipment cleaning, to keep the system operating at factory specifications. Tower Maintenance: Perform annual preventive maintenance, inspection, and repair on tower structures, antenna systems, and associated equipment.
The contract will consist of a one-year base period and four (4) one-year option periods.
The North American Industry Classification System (NAICS) code is 811210 (Electronic and Precision Equipment Repair and Maintenance), and the business size standard is $34 million.
This Notice of Intent to award a Sole Source Contract is not a request for competitive proposals. L3Harris Technologies, Inc. is the Original Equipment Manufacturer (OEM) of the proprietary L3Harris Assured Communications Environment (ACE) 2020HS Network. No other source has proprietary rights, access to restricted source code, or certified expertise to perform the required services without creating unacceptable risk and voiding system warranties.
Any response to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government. All information received from this notice shall be used for planning and market research purposes only. The determination to refrain from competing for this proposed contract based on responses to this notice is solely within the discretion of the Government. The Government will not pay for the preparation of any information submitted or for the use of such information.
Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the evaluation of the information received. Interested parties may express interest and/or provide a capability statement no later than 07 May 2026 by 12:00 PM Arizona Time. Responses should be addressed to the Contract Specialist and Contracting Officer listed below.
Contracting Office Address: ACC-APG Huachuca Division, Bravo Branch 2133 Cushing St., Bldg. 61801, Fort Huachuca, AZ 85613
Place of Performance: 13527 Headquarters Ave. Fort Leonard Wood, MO 65473
Primary Point of Contact: Contract Specialist, Justin B. Rocha, justin.b.rocha.civ@army.mil Contracting Officer, Walter L. Carbajal, walter.l.carbajal.civ@army.mil