5995-01-478-4876; KMA; INFANTRY CARRIER (STRYKER FIGHTNING VEH)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aviation is preparing to issue a Total Small Business set-aside solicitation for a Cable Assembly, Specific (NSN: 5995-01-478-4876), designated as a critical application item for the Infantry Carrier (Stryker Fighting Vehicle). This will establish an Indefinite Quantity Contract (IQC) with a 5-year base period. The solicitation is tentatively scheduled for release on March 25, 2026. Only proposals from approved sources will be considered.
Scope of Work
This requirement is for a Cable Assembly, Specific (NSN: 5995-01-478-4876), which is a critical application item subject to export control and higher-level quality requirements, with a surge requirement. Required delivery is 420 days to any facility in the Continental United States. The estimated annual demand (EAD) is 1014 each, which will be used for pricing evaluation. The guaranteed minimum will be specified in the solicitation.
Contract & Timeline
- Contract Type: Indefinite Quantity Contract (IQC)
- Duration: 5 Base Years (no options)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- NAICS: 334419
- FOB Terms: FOB Origin
- Inspection/Acceptance: Origin for DLA Direct
- Solicitation Release (Tentative): March 25, 2026
- Response Date: March 25, 2026 (This is the published date, but it's likely the solicitation release date, not the response date. Bidders should confirm upon solicitation release.)
Evaluation
Pricing will be evaluated based on the Estimated Annual Demand (EAD) of 1014 units. Only vendors proposing from the following approved sources will be considered: DCX-CHOL ENTERPRISES, INC (27456), NORTHROP GRUMMAN SYSTEMS CORPORATION (0J198), ACE ELECTRONICS DEFENSE SYSTEMS, LLC (5TWH2), DRS NETWORK & IMAGING SYSTEMS, LLC (1RWE7), and WINCHESTER INTERCONNECT CM CA, INC. (55944 P/N 881327-1).
Additional Notes
This item involves technical data subject to export control (ITAR/EAR). Access to export-controlled technical data is limited to DLA contractors with an approved US/Canada Joint Certification Program (JCP) certification, completion of specific DLA training, and DLA approval. Instructions for access are available on the DLA website. A Reverse Auction may be conducted; offerors are encouraged to review Procurex system tutorials. Electronic proposals are unacceptable; proposals must be submitted to the Bid Custodian. The solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil) under "Request for Proposal (RFP)".