Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

CASE, TEST SET

Active
SPRRA2-26-Q-0030Federal
AI Contract Overview
Show more

The Defense Logistics Agency (DLA) at Redstone Arsenal, Alabama, is conducting market research through a Sources Sought Synopsis to identify potential qualified manufacturers or suppliers for a test set designated as CASE, TEST SET, NSN: 6625-01-614-9855, part number 13688093, which supports the M-FM weapon system. This effort is currently under a limited procurement based on FAR 6.302-1(a)(1) due to there being only one responsible source known at this time. The agency is seeking information from all interested businesses, including Women-Owned Small Businesses (WOSB), as indicated by the set-aside designation, as well as 8(a), small disadvantaged, Service-Disabled Veteran-Owned, and Hubzone entities. Firms must meet prequalification requirements and demonstrate the ability to fulfill all manufacturing and contractual obligations, including engineering services, supply chain management, logistics, parts procurement, and delivery. While this announcement is not a solicitation and will not solicit proposals, it serves to gather information on potential suppliers capable of meeting the technical and production demands related to the CASE, TEST SET product. Interested parties are encouraged to register on the Army Aviation and Missile Command’s public website for source approval to compete for any future opportunities. Responses to this synopsis are voluntary, and there is no guarantee of future solicitation or contract award. The DLA emphasizes that no funds are allocated for the preparation of responses, and any submitted information will be used strictly for planning purposes. The deadline for responses to this market research was March 17, 2026, and further inquiries can be directed to the provided agency contacts.

General Info

DLA seeks qualified manufacturers, including WOSBs, for CASE test set; market research only.

Agency

Department Of Defense → Al DLA Aviation At Huntsville

View Agency

NAICS

334412 - Bare Printed Circuit Board Manufacturing

View NAICS

Place of Performance

AL

Set-Aside

WOSB
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseSources Sought
Posted

Sources Sought

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Al DLA Aviation At Huntsville
Contacts2 people available
OfficeREDSTONE ARSENAL, AL, 35898-7340, USA
Organization / Agency
Department Of Defense → Al DLA Aviation At Huntsville
View Agency Profile
Office Address

REDSTONE ARSENAL, AL, 35898-7340, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code is 334412 which has a corresponding Size Standard of 750 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of a CASE, TEST SET, NSN: 6625-01-614-9855, Part Number: 13688093 in support of the M-FM weapon system. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only one responsible source. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and WomenOwned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by visiting AvMC's public website: https://www.avmc.army.mil/Directorates/SRD/TechDataMgmt The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS 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 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 ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

Similar Contracts

NAICS: 334412
New
Federal

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

The contract involves the procurement of 12 units of a circuit card assembly identified by NSN 7H-5998-012615782-GL, destined for delivery to the DLA Distribution center in New Cumberland, Pennsylvania. The Government does not possess the data rights required to contract repair or purchase this part from additional sources, and it has been deemed uneconomical to acquire these rights or attempt reverse engineering. Interested parties can access relevant military and federal specifications, standards, and qualified product lists through designated DoD document services, though certain technical drawings and detailed purchase descriptions are not available through these channels. This acquisition will be conducted under a sole-source authority per FAR 6.302-1, allowing negotiation with only one source while inviting any interested and capable parties to express interest or submit responses. The procurement is a total small business set-aside, and award will be contingent on meeting qualification requirements as outlined in FAR clause 52.209-1. While the Government is not following FAR Part 12 commercial item acquisition policies for this contract, parties may still propose commercial alternatives within 15 days of the notice. The solicitation is managed by the Navsup Weapon Systems Support in Mechanicsburg, Pennsylvania, with a response deadline in early February 2026. The contract incorporates applicable trade agreements and all actions will be taken in accordance with federal acquisition regulations and established qualification protocols.

Navsup Weapon Systems Support Mech

POSTED

2 days ago

DEADLINE

in 28 days

View Details
NAICS: 334412
New
Federal

RESISTOR,DECADE

This contract outlines the requirements for the manufacture and supply of a Resistor, Decade, governed by detailed quality and inspection standards. The contractor must adhere to specific marking requirements per MIL-STD-129 and ensure that any design, material, or part number changes receive prior approval through formal change orders. The contract prohibits the presence of metallic mercury in the materials due to its corrosive and toxic effects, with strict procedures and testing methods established to prevent contamination. Quality assurance responsibilities primarily lie with the contractor, who must maintain an ISO 9001-compliant quality system and retain inspection records for one year post-delivery. Preservation, packaging, and marking must meet MIL-STD 2073 standards as specified. The contract emphasizes compliance with various federal acquisition and inspection protocols, including electronic submission of payment and receiving reports via the Wide Area Workflow system, and mandatory electronic inspection signatures before shipment. Vendors must provide pricing support with a 60-day quote validity and designate authorized distributors with proof of authorization. Communication and notification processes are facilitated through NAVSUP WSS Mechanicsburg and electronic document access systems. The contract includes comprehensive guidance on handling classified documents, distribution statements, and subcontracting limitations to ensure regulatory and security compliance throughout the contract lifecycle.

SPRMM1 DLA Mechanicsburg

POSTED

2 days ago

DEADLINE

in 14 days

View Details
NAICS: 334412
New
Federal

GENERATOR,FUNCTION

This contract solicitation, issued by the Department of Defense through NAVSUP Weapon Systems Support Mechanicsburg, seeks the manufacture and delivery of a GENERATOR, FUNCTION. The solicitation requires firm fixed pricing with government source inspection mandated to ensure compliance with specified quality and contractual requirements. Contractors must verify all part numbers, nomenclature, and National Stock Numbers (NSNs) before submitting offers. Distribution rights must be documented by a letter from the original equipment manufacturer (OEM) if the offeror is a distributor. The contract emphasizes strict adherence to MIL-STD-130 marking standards and requires that any design or material changes be approved by the contracting officer prior to implementation. Quality assurance protocols assign inspection responsibilities primarily to the contractor, with the government retaining the right to perform additional inspections. Comprehensive documentation of inspection results must be maintained for at least one year after final delivery. Packaging and preservation standards adhere to MIL-STD-2073 or specific schedule requirements. The contract also highlights compliance with federal trade programs, various small business subcontracting regulations, and security prohibitions. Distribution of contract documents is carefully controlled through designated distribution statement codes, ensuring safeguarding of sensitive information. Awardees must provide thorough traceability and pricing justification if the items are not previously purchased or if pricing has changed. The solicitation includes detailed instructions for obtaining applicable specifications, standards, and technical publications needed for successful contract performance.

Navsup Weapon Systems Support Mech

POSTED

2 days ago

DEADLINE

in about 1 month

View Details