IMPROVED BRADLEY ACQUISITION SYSTEM (IBAS) - REPRICE
ID: SPRRA226R0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT HUNTSVILLE, ALREDSTONE ARSENAL, AL, 35898-7340, USA

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the Improved Bradley Acquisition System (IBAS) - Reprice, specifically for parts support requirements related to the Tactical Aviation and Grounds Munitions (TAGM) and AMCOM Logistics Center (ALC) Project Offices. This procurement is sole-sourced to DRS Network and Imaging Systems, Inc. and aims to add IBAS parts to an existing enterprise umbrella contract for three ordering periods from Fiscal Year 2026 through 2028, with firm-fixed pricing anticipated. The goods are critical for military operations, ensuring the functionality and reliability of the Improved Bradley Acquisition Subsystem. Interested parties must submit their proposals electronically by 4 PM on April 30, 2026, and can direct inquiries to Scott Lamothe or Becky Brady via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document provides an orientation to First Article Testing (FAT) for contractors, outlining its purpose and scope as defined by FAR 52.209-3. FAT ensures a contractor's capability to manufacture products conforming to contract requirements. While optional for government participation, the Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) must attend. The process involves initial meetings, thorough review of procurement packages, and a comprehensive examination of certifications, materials, processes, and equipment. The contractor is responsible for conducting the test and providing a First Article Test Report (FATR), which forms the basis of acceptability. A courtesy review of the draft FATR may be offered by the government's Quality Assurance Specialist (QAS) to prevent rejections. Upon completion, an exit brief is held, and the FATR is routed through the Administrative Contracting Officer (ACO) to the Procurement Contracting Officer (PCO) for review. Rejection of the FATR may lead to a second FAT after corrective actions. Common causes for FATR rejection include missing DCMA participation, lack of a quality program, and absent certifications or traceability. The FAT is a critical assessment for ensuring quality materiel for the Warfighter.
    This Quality Assurance Procedure (QAP) outlines the First Article Inspection and Test Requirements for IBAS Spare Items, specifically Target Acquisition Subsystems, Lower Target Acquisition Subsystem, and Periscope Head spare subassemblies. The contractor is responsible for conducting these tests, which must align with the technical data package and contractual obligations. Key inspection areas include performance, physical characteristics (100% inspection), interface, workmanship, identification marking, preservation/packaging, and calibration of all testing equipment. The QAP also mandates in-process verification for features not verifiable in the final product and requires the tests to be conducted at the manufacturing site. Contractors must demonstrate a functional quality/inspection program, prove the accuracy of inspection tools, and provide detailed inspection/test records. The first article test report must include all documentation proving compliance, such as manufacturing plans and drawings. The first article unit must be representative of the production lot. Non-compliance with any contractual requirements will result in rejection of the First Article Test.
    The document,
    This government file, SPRRA226R0023, details the CLIN (Contract Line Item Number) requirements for various military components, including power supplies, circuit card assemblies (CCAs), periscope head assemblies, collimator infrared units, display units, and an infrared window assembly. The document specifies production quantities, manufacturer details (CAGE: 32865), and part numbers for each item. Key requirements across the CLINs include contractor-tested first articles, production lot testing (for CLIN 0019), bar code markings, export control, electronic fabrication, IUID (Item Unique Identification), and serial number reporting. Packaging must comply with MIL-STD-129 and MIL-STD-2073-1, with all wood packaging material being ISPM-15 compliant. Deliveries for most items commence between 97 and 642 days after receipt of the delivery order, at varying monthly rates. First Article Test (FAT) reports are due 15 days after testing and are submitted electronically. Non-Recurring Engineering (NRE) costs are also detailed for several CLINs. Inspection and acceptance are typically at the origin, with the FOB point at destination. The primary ship-to location is DLA Aviation at Huntsville, AL.
    The document, titled "Contract Attachment 0005 CTFA Test Plans," lists various part or drawing numbers, each with 3 pages. This attachment is likely a component of a larger contract or Request for Proposal (RFP) within a federal or state/local government context. Its purpose is to enumerate specific test plans or documents that are integral to the contract, indicating that these plans are essential for the verification and validation of deliverables. The repetition of "3" pages for each item suggests a standardized format or a consistent level of detail expected for each test plan. The document serves as a clear reference for the required test plan documentation within the scope of the associated government procurement.
    The SPRRA226R0023 document details numerous clauses and provisions incorporated into a government solicitation, likely a Department of Defense (DOD) contract. These clauses cover a wide range of requirements, including ethical conduct (e.g., whistleblower rights, prohibitions on fraud), information security (e.g., safeguarding covered defense information, cyber incident reporting, NIST SP 800-171 compliance), and supply chain integrity (e.g., restrictions on foreign telecommunications equipment, specialty metals, and certain magnets). Other key areas addressed are small business subcontracting, environmental regulations (e.g., ozone-depleting substances, hexavalent chromium), labor standards (e.g., drug-free workforce, combating human trafficking), and financial matters (e.g., payment instructions, cost accounting standards). The document also includes clauses related to government property, intellectual property rights, and various logistical and administrative requirements, emphasizing compliance with federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS).
    Lifecycle
    Title
    Type
    Similar Opportunities
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from DRS Network & Imaging Systems, LLC for the procurement of IBAS 2.8 with 2nd Gen FLIR Kits, intended for use with the Bradley Fighting Vehicle. The DLA requires pricing for a Best Estimated Quantity (BEQ) of 229 units for Fiscal Year 2026 and 148 units for Fiscal Year 2027, with proposals needing to include firm-fixed pricing and comprehensive cost data compliant with federal regulations. This procurement is critical for enhancing the operational capabilities of military vehicles, ensuring they are equipped with advanced detection and imaging systems. Proposals are due by January 30, 2026, with all communications directed to Anna Phillips at anna.phillips@dla.mil.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    FSG53 HARCD SPE4A2-26-R-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the Hardware Acquisition Recompete - Customer Direct (HARCD) under solicitation number SPE4A2-26-R-0001. This procurement focuses on the acquisition of surplus government materials, specifically bolts, and outlines detailed terms and conditions including contractor responsibilities, payment procedures, and invoicing requirements. The goods are critical for aircraft manufacturing, ensuring compliance with technical specifications and quality standards. Interested parties must submit their proposals by March 3, 2026, at 1500 EST, and can find additional information and attachments on the DIBBS website. For inquiries, contact Christina Richardson at christina.richardson@dla.mil.
    SPRRA224R0088 MLRS SPARES
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
    1680-01-599-1742- IRS SHELL ASSY,AIRC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of eight units of the IRS Shell Assembly for the Osprey V-22A aircraft, under solicitation number SPE4A726R0095. This procurement is classified under NAICS code 488190, which pertains to Other Support Activities for Air Transportation, and is categorized as a firm fixed-price contract with delivery expected within 268 days. The solicitation will be issued on or around November 18, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp. For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
    SKI ASSEMBLY, LANDIN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 31 units of the SKI ASSEMBLY, LANDIN, specifically for the CH-47 Chinook System, under solicitation number SPRRA1-26-R-0012. This firm-fixed-price, one-time buy is limited to The Boeing Company and AIRGLAS, INC., or their approved distributors, with staggered delivery scheduled between September and November 2026 to DLA Distribution Depot Oklahoma. The procurement emphasizes compliance with various standards, including DO DPAS rated orders, IUID markings, and specific packaging requirements, while also necessitating a cost breakdown and adherence to strict proposal submission timelines. Interested parties can contact Erica Allen at ERICA.ALLEN@DLA.MIL or by phone at 256-690-5712 for further details.
    MABS FY26 ADDS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is preparing to issue a presolicitation for a long-term strategic contract titled "MABS FY26 ADDS," aimed at supporting multiple weapon systems with a focus on aircraft parts. This contract will encompass a total of 11 National Stock Numbers (NSNs) and is intended to be awarded on a sole source basis to Meggitt Aircraft Braking Systems, with a performance period of three years. The contract will require the supply of various components, including rotor assemblies and hydraulic brake pistons, along with additional functions such as inventory management and engineering maintenance. Interested parties are encouraged to express their interest in subcontracting and must submit their qualifications by the solicitation issue date, expected around December 23, 2025. For further inquiries, contact Chadney Thompson at CHADNEY.THOMPSON@DLA.MIL.
    BEARING, BALL, ANNULAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of Ball Bearings, specifically under the solicitation number SPE4A623RX461. This opportunity involves a Commercial Indefinite Delivery Contract with a base period of three years and two optional one-year extensions, focusing on the acquisition of bearings classified under the PSC code 3110, which are critical for various defense applications. Interested vendors, including surplus dealers and small business distributors, are encouraged to respond with their available stock and pricing, as the government may adjust its acquisition strategy based on the responses received. For further details, potential bidders can contact Cassandra Blagmon at cassandra.blagmon@dla.mil or by phone at 804-279-3917, with the solicitation expected to be available on January 3, 2023, via the DIBBS website.