SOURCES SOUGHT
58 -- Sources Sought Announcement for SINCGARS Installation Kit and Component
- Notice Date
- 12/2/2025 9:06:06 AM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- DLA-Aberdeen-26-002
- Response Due
- 12/17/2025 2:00:00 PM
- Archive Date
- 01/01/2026
- Point of Contact
- Stanley Chan
- E-Mail Address
-
Stanley.u.chan.civ@army.mil
(Stanley.u.chan.civ@army.mil)
- Description
- The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) � Supply Chain Management Directorate (SCMD) � Strategic Sourcing Directorate (SSD), intends to acquire Parts to support the SINCGARS. This is a market survey to locate sources of supply for Installation Kit and components in support of the Single Channel Ground and Airborne Radio System (SINCGARS). SINCGARS is a family of Very High Frequency-Frequency Modulation (VHF-FM) combat net radios designed to provide the primary means of command and control for combat, combat support, and combat service support units. The SINCGARS radios provide a resistance to jamming via Electronic Counter-Countermeasures (ECCM). The SINCGARS family of radios has the capability to transmit and receive voice and digital data and is consistent with North Atlantic Treaty Organization (NATO) Interoperability requirements. SINCGARS is the primary soldier-to-soldier communications system and is one of the five major communications/data elements that provide seamless digital communications to the Army end user. SINCGARS Installation Kits (IKs) are designed to install a specified SINCGARS radio configuration into a specified vehicle. Each IK contains different components depending on the SINCGARS radio configuration being installed with the particular IK. Most of the SINCGARS IKs contains Mounting Base, Electrical, MT-6352/VRC; Loudspeaker-Control Unit, LS-671/VRC; Antenna, Vehicular (High Voltage Center-Fed) AS-3900A/VRC; Antenna, Vehicular (Survivable Low Profile), AS-3916/VRC; Handset, H-250/VCEB and Various Cable Assemblies, which are considered to be the major components of these IKs and the hardware. Some of them contain mechanical parts and the hardware only. First Article Test (FAT) will be required for SINCGASR IKs contain electronic components and the FAT will be performed on the major components of the IK as mentioned above, but not on the IK itself. NSN 5995-01-382-6869 is a component of the SINCGARS Installation Kits and is used to interface with the Loudspeaker LS-671/VRC. First Article Test (FAT) will be required for this item as well. The manufacturer(s) shall have capability to complete the FAT successfully and commence the delivery within 10 months after the contract award. Items and/or Services to Be Procured: NSN: 5895-01-299-5870 NOMENCLATURE: Installation Kit, Electronic Equipment MK-2361/VRC PART NUMBER: PPL-18333 CAGE: 80063 NSN: 5995-01-382-6869 NOMENCLATURE: Cable Assembly, Special Purpose, Electrical CX-13292/VRC (100FT, 0IN) PART NUMBER: A3014038-14 CAGE: 80063 The Government does possess the technical data package (TDP) for the parts. The TDP is available for release. The TDP includes level 3. production information. NSN 5895-01-299-5870 was procured previously under Contract # / DO # SPRBL1-18-D-0063 SPRBL119F0215 and NSN 5995-01-382-6869 was procured previously under Contract # / DO # SPRBL1-17-D0020 / 0001. Requested Response Information: We request that sources who can manufacture the listed parts or services to submit information to show their capability to manufacture or supply the same or similar parts. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire, detail description of your capability of manufacturing these parts and the information regarding the previous Government contracts for these parts if you have previously supplied these parts to the Government. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All SSA responses should be emailed to the Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact and the DLA Aberdeen Small Business Office. Please submit responses by 12/17/2025 Technical Point of Contact: stanley.u.chan.civ@army.mil DLA Aberdeen Small Business: DLA.Land.and.Maritime.Small.Business.Office@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2ca73d82b4094785883ddb4ba4b34876/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07655736-F 20251204/251202230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |