SOLDERING-DESOLDERI
ID: W31P4Q-25-R-0063Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Welding and Soldering Equipment Manufacturing (333992)

PSC

MISCELLANEOUS WELDING, SOLDERING, AND BRAZING SUPPLIES AND ACCESSORIES (3439)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is preparing to procure SOLDERING-DESOLDERING equipment, with a presolicitation notice indicating that this requirement is restricted to Pace Incorporated due to the need for engineering source approval. The procurement involves a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a minimum of 30 and a maximum of 150 units, which must be produced in accordance with a government-provided Technical Data Package (TDP) to meet specific performance and quality standards. This equipment is critical for maintaining operational capabilities within the military, and the solicitation is expected to be issued around October 30, 2025. Interested vendors must be registered in SAM.gov and hold an active certification in the Joint Certification Program (JCP) to access the TDP, with delivery required to Tobyhanna, Pennsylvania. For further inquiries, vendors can contact Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    SOLDERING-DESOLDERI
    Currently viewing
    Sources Sought
    Similar Opportunities
    Circuit Card Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for Circuit Card Assemblies, specifically NSN 5998-01-575-3005, with a manufacturer part number of 12496463. This procurement is a Sole Source contract directed exclusively to DRS LLC, as the U.S. Government lacks the necessary technical data for competitive re-procurement, and it includes an option for an additional quantity of 100%. These circuit card assemblies are critical components used in various defense applications, and the contract will require compliance with stringent packaging, marking, and inspection standards. Interested vendors must submit their proposals electronically by December 31, 2025, and can obtain the solicitation and associated Technical Data Package through SAM.gov, with access requiring a DD 2345 certification. For further inquiries, contact Rosanna Madigan at Rosanna.madigan@dla.mil or call 586-208-0688.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will involve a minimum production quantity of 14 units and a maximum of 55 units, highlighting the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; access to this TDP requires certification under the United States/Canada Joint Certification Program (JCP). Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Christina Smith at christina.d.smith49.civ@army.mil.
    DATA PACK ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of DATA PACK ASSEMBLY units. The procurement aims to ensure timely and efficient repair turnaround, with a required Repair Turnaround Time (RTAT) of 276 days, emphasizing the importance of maintaining operational readiness for naval systems. This contract is set as a total small business set-aside, encouraging participation from small businesses in the Bare Printed Circuit Board Manufacturing industry, with the solicitation due date extended to November 3, 2026. Interested contractors should direct inquiries to Kailyn M. Muro at 717-605-1350 or via email at kailyn.m.muro.civ@us.navy.mil for further details.
    1 NSN 1G MAINTENANCE KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    66--SURGE LIMIT ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Surge Limit Assembly, identified by NSN 7H-6625-014787592, under a presolicitation notice. The procurement involves a total quantity of five units, which will be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. This assembly is critical for electrical and electronic properties measuring and testing instruments, and the government has determined that it is uneconomical to reverse engineer or purchase the data rights for this part. Interested parties should contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.L.HARPEL2.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice to be considered.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.