Sources Sought Announcement for Procurement of Air Traffic Control (ATC) Support Components that include NSN 6110-01-644-2738, BASE, DISTRIBUTION B, and NSN 5820- 01-644-4946, CONTROL, RADIO SET.
ID: DLA-Aberdeen-25-059Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA LAND AT ABERDEENABER PROV GRD, MD, 21005, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is seeking sources for the procurement of Air Traffic Control (ATC) support components, specifically NSN 6110-01-644-2738 (BASE, DISTRIBUTION B) and NSN 5820-01-644-4946 (CONTROL, RADIO SET). The objective is to acquire parts to support ATC systems, with the government possessing most of the technical data for these items, although some gaps may exist. Interested suppliers are encouraged to submit documentation demonstrating their ability to provide or repair the specified components, as well as their past performance in similar contracts. Responses are due by May 30, 2025, and should be directed to the primary contact, Noel Acevero, at noel.m.acevero.civ@mail.mil, or the secondary contact, Wesley T. Sparks, at wesley.t.sparks.ctr@army.mil. This announcement serves as a sources sought notice for market research and does not constitute a solicitation or commitment by the government.

    Point(s) of Contact
    Files
    Title
    Posted
    The Contractor Questionnaire is designed to assess potential suppliers for components related to Air Traffic Control (ATC) systems. The document requests detailed responses regarding the company’s core competencies, past performance, and engineering staff qualifications. It includes questions about the firm's experience with ATC-related components, including the management of obsolescence issues and the capabilities to meet U.S. Government delivery requirements, particularly under specific contract preferences such as Short Term and IDIQ. Companies are also asked about their inventory practices and any concerns regarding their supply chains that could impede meeting government schedules. The primary aim of this questionnaire is to collect pertinent information from contractors to ensure they can fulfill U.S. Government requirements effectively while adhering to standards for quality and delivery timelines.
    The document outlines the process for submitting requests for Technical Data Packages (TDPs) related to a specific acquisition managed by the Defense Logistics Agency. Companies must send their requests to a designated email within seven days of the request's posting and demonstrate compliance with the Joint Certification Program (JCP) by providing an approved DD2345. Notably, the TDP is governed by the International Traffic in Arms Regulations (ITAR), which prevents sharing information with non-U.S. persons and restricts its transfer outside the United States. To receive the TDP, companies must complete a Non-Disclosure Agreement (NDA) and submit various documentation, including a copy of their JCP status and CAGE verification. After verification, the TDP will be uploaded to a secure DoD platform, from which companies will receive access details. The document stresses the importance of consistency in the NDA signee and data custodian information, directing companies on how to update profiles in the JCP Portal. Overall, the document serves as a critical guideline for companies seeking to obtain sensitive technical data while ensuring compliance with governmental regulations.
    The document outlines a Use and Non-Disclosure Agreement related to the procurement of Air Traffic Control (ATC) support components, specifically components identified by their National Stock Numbers (NSNs). The agreement stipulates that the recipient, a representative of a business, must handle government-provided technical data and software with strict confidentiality and only for government purposes. It mandates the safeguarding of the data, prohibits unauthorized disclosure, and allows for data usage solely within the confines of the specified government project. The recipient must destroy any received data and notify the government upon completion. The agreement highlights the role of the contractor as a third-party beneficiary, permitting them to take action against breaches. The document is effective until May 11, 2026, and emphasizes compliance with security measures, warranty disclaimers for the data provided, and liability protections for the government. This use of non-disclosure agreements is common in federal RFPs and grants to protect sensitive information during procurement processes.
    Similar Opportunities
    Controller
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of a Protection and Control Assembly for the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. This assembly, with National Stock Number (NSN) 5998-01-265-1040 and Part Number (P/N) 762R370G01, is used for the protection and control of the radar transmitter. The assembly is an essential component of the F-16 C/D aircraft's radar system. The procurement requires potential sources to meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $5000, and the estimated completion time for qualification is 270 days. Source qualification waiver criteria are also provided for potential sources who meet specific conditions. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211 for more information. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States.
    ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of 39 units of antennas, specifically NSN 5985-01-308-1819, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including Aerospace & Commercial Technologies and Lockheed Martin Corporation, and the government requires delivery within 180 days to Hill AFB, Utah. This solicitation emphasizes the importance of quality conformance and export control of technical data, and interested vendors must have an approved Joint Certification Program (JCP) certification to access the necessary data. Proposals will be evaluated based on price, delivery, and past performance, with the solicitation expected to be available around November 10, 2025, on the DLA Internet Bid Board System (DIBBS). For further inquiries, interested parties can contact Angie Hernandez at Angie.Hernandez@dla.mil or by phone at 614-693-0248.
    SYNOPSIS N0038325PR0R741
    Buyer not available
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    6150014481171; 32N FA18 AIRCRAFT ARMAMENT; 43N F/A-18 HORNET; 55N HARRIER; F0N MISSLE LAUNCHER LAU-127 SERIES; H1N NAVY/MARINE AIRCRAFT ARMAMENT EQUIPMENT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of NSN 6150-014481171, which pertains to various aircraft armament equipment for the Navy and Marine Corps, including components for the F/A-18 Hornet and Harrier. The objective is to find capable organizations that can provide all necessary labor, materials, and equipment for the new manufacture of these items, which may include component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of military aircraft and ensuring the availability of essential armament systems. Interested parties are invited to submit their capability statements by December 8, 2025, at 2:00 PM EST, via email to LaDonna Groven at LaDonna.Groven@dla.mil, as there is no current solicitation and the government assumes no financial responsibility for costs incurred in response to this notice.
    Sources Sought Announcement (SSA) for Procurement of AMPLIFIER SUBASSEMBLY (NSN 5996-01-715-9787) used in the WIN-T INC 1 Reginal Hub Node (RHN) AN/FSC-133 system.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a Sources Sought Announcement (SSA) to identify potential sources for the procurement of the Amplifier Subassembly (NSN 5996-01-715-9787) used in the WIN-T INC 1 Regional Hub Node (RHN) AN/FSC-133 system. The SSA aims to gather information from companies capable of manufacturing or supplying these critical components, which are essential for the operational effectiveness of the WIN-T INC 1 fleet. The government does not possess the technical data package for these parts, and responses will assist in determining the acquisition strategy for future procurement actions. Interested parties are encouraged to submit their capabilities and relevant documentation by December 15, 2025, to the designated contacts, Joseph Weisenberger and Tiffany MacGillivary, via the provided email addresses.
    Control Module
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    6150017210951
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of NSN 6150-017210951, which falls under the category of miscellaneous aircraft accessories and components. The objective is to find qualified organizations capable of providing all necessary labor, materials, facilities, and equipment for the new manufacture of the specified item, including aspects such as inspection, testing, packaging, and logistics management. This opportunity is crucial for ensuring the availability and reliability of electronic components used in defense applications. Interested parties are invited to submit their capability statements by December 9, 2025, at 2:00 PM EST, and should direct their responses to LaDonna Groven at LaDonna.Groven@dla.mil.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    16--RECEIVER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical receiver, identified by NSN 1R-1680-LLF02N672-P8 and reference number 147A6156-20, with a quantity of one unit required for delivery FOB origin. This procurement is unique as it necessitates Government source approval prior to contract award due to the lack of sufficient technical data for open competition, meaning only previously approved sources will be solicited. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures to demonstrate their capability to produce the item, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.