DLA Land - Warren has issued a Sources Sought Notice to identify potential suppliers for an Electronic Component (NSN: 5998-99-485-3369, US Government Part Number: CS1997) used in the Assault Breacher Vehicle (ABV). This is an informational request, not a formal solicitation. Interested companies must submit detailed information including company and contact details, CAGE Code, business size, capability statement, manufacturing capabilities, quality system certification (ISO 9001:2015 or equivalent), lead time, and estimated cost. Responses are due by August 4, 2025, 4 PM EST, via email to alexandra.stone@dla.mil. Access to technical data requires certification under the United States/Canada Joint Certification Program (JCP). This notice does not commit the Government to any procurement.
The Defense Logistics Agency (DLA) is conducting a Sources Sought/Request for Information to gather potential suppliers for an Electronic Component (NSN: 5998-99-485-3369) associated with the Assault Breacher Vehicle (ABV). This notice is informational, not a formal solicitation. Interested companies are requested to submit details including company name, contact information, business size, manufacturing capabilities, and quality system certifications. They should also provide estimates on lead time and costs, indicating any potential discounts. Responses are due by August 4, 2025, and companies must be certified under the U.S./Canada Joint Certification Program to access controlled technical data. The notice emphasizes that this inquiry does not signal a commitment to procure and provides resources for source approval processes. The initiative reflects the DLA's objective to identify reliable suppliers for military applications while maintaining compliance with security and quality standards.
This government solicitation, SPRDL1-25-R-0234, is a Firm Fixed Price supply contract for electronic components (NSN: 5998-99-485-3369, Mfr Part Number: CS1997) from Pearson Engineering, Limited (CAGE: K0824). It includes a base quantity of 34 units and an unexercised option for an additional 34 units, both with a required delivery within 240 days after award to DLA Distribution Anniston (W562RP). The acquisition is restricted to the specified manufacturer's part number or approved interchangeable alternatives. Offers must include the total quantity for all items to be considered for award, as only one award will be made. The document details electronic submission requirements via email, emphasizing timely submission and vendor registration on SAM.gov for tracking and accessing controlled documents. Packaging must adhere to military standards (MIL-STD-2073-1, MIL-STD-129) and a Special Packaging Instruction (AK94853369). Inspection and acceptance occur at the origin, requiring contractor coordination with DCMA. Unique Item Identification (IUID) is mandated for items with a unit acquisition cost of $5,000 or more, or as specified. The use of Class I Ozone Depleting Substances (CIODS) is prohibited. Contractors must retain supply chain traceability documentation for ten years.