The Sources Sought Notice SPRDL1-25-R-0144 expresses the U.S. government's need for specific electrical components and systems required for the operation of the Direct Support Electrical System Test Set (DSESTS) and the Next Generation Air Transportation System (NGATS). The notice outlines a total of seven items, including electrical cases and circuit card assemblies, with specified part numbers and National Stock Numbers (NSN) for procurement, all sole sourced to DRS Network & Imaging Systems LLC. The government does not possess complete technical data rights for these items, limiting competitive procurement options. The notice serves as a market research tool, inviting industry responses regarding potential alternative suppliers, although any submissions are voluntary and at no cost to the government. Interested contractors must meet Source Approval Program requirements, including testing at their own expense. The notice also mentions the expected solicitation release date around August 2025, underscoring the government's intent to gather capability information linked to these specified items.
This government solicitation, SPRDL1-25-R-0144, issued by DLA Land Warren, is a firm-fixed-price supply contract for various items including Accessory Stowage Units, CSFM Cores, Electrical-Electronic Cases, Circuit Card Assemblies, and Test Fixtures. The solicitation, a Negotiated (RFP) type, is restricted to DRS Network & Imaging Systems LLC or authorized dealers, and for specific part numbers or interchangeable alternatives approved by the Contracting Office. Offers must be for the total quantity of all nine items, with only one award to be made. All items require inspection and acceptance at the origin. Both production quantities and unexercised option quantities are specified for each item, with options exercisable unilaterally by the Government within 365 days of award. Electronic submission via email to the Contract Specialist is mandatory, with strict adherence to the closing date and time. Technical Data Packages (TDPs) are not included but access to controlled documents requires SAM.gov registration, JCP certification, and a signed Non-Disclosure Agreement. Contractors must retain supply chain traceability documentation for ten years, including manufacturer details and all supply chain intermediaries. The use of Class I Ozone-Depleting Substances is prohibited, and Class II ODS requires government approval.
The Department of Logistics Agency (DLA-WRN) plans to issue a Firm-Fixed-Price contract for specific components from DRS Network & Imaging Systems LLC, an approved supplier. The procurement includes various items such as accessory stowage units, circuit card assemblies, and a cooling system flow monitor, with specified quantities for each item. Notably, there is no technical data available since these products are solely sourced from the specified vendor. The official solicitation is expected to be published around August 13, 2025, and will be available on FedBizOpps for download. This initiative demonstrates the government’s structured approach to securing specialized equipment through a single-source procurement method, reflecting a focus on reliability and specificity in defense-related procurements.