61--Radio Power Supply
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) Land and Maritime is preparing to issue a Request for Proposal (RFP) for SINCGAR Power Supplies (PSC 6130). This acquisition, identified as Unrestricted With Other Than Full and Open Competition, involves the consolidation of requirements for three National Stock Numbers (NSNs) under an Indefinite Quantity Contract (IQC) with a potential duration of up to five years. The RFP, SPE7LX-26-R-0027, is anticipated to be released on December 23, 2025, with proposals due by January 24, 2026.
Scope of Work
This opportunity seeks to procure SINCGAR Power Supplies, utilizing FAR Part 12 (Acquisition of Commercial Products) procedures. The solicitation will cover specific NSNs, each with defined contract minimums and maximums. Inspection will be at the point of Destination, with other technical and packaging requirements detailed in Section B of the solicitation.
Contract & Timeline
- Type: Indefinite Quantity Contract (IQC)
- Duration: One base year and four (4) possible option years, not exceeding 5 years total.
- Set-Aside: Unrestricted With Other Than Full and Open Competition (No specific small business set-aside).
- RFP Release: December 23, 2025
- Proposal Due: January 24, 2026
- Notice Published: December 22, 2025
Evaluation Factors
The final award decision will be based on a combination of factors, including price, past performance, delivery, and other criteria specified in Sections L and M of the solicitation. Cost and pricing data may be required with proposals if no exceptions apply.
Key Insights & Action Items
- Consolidation: This acquisition is a justified consolidation of requirements (IAW FAR 7.107-2), authorized by a Class Determination and Findings (D&F) memorandum. This D&F allows DLA to consolidate sole source requirements for mission success, aiming for benefits like consistent terms, reduced lead times, and improved supply. Solicitations will include subcontracting plan requirements for small businesses.
- Market Research: DLA conducted market research, including a spreadsheet detailing NSNs, part numbers, estimated annual demand, and requirements for cost/pricing data, commerciality, testing (First Article, Production Lot), and MIL-STD-129 packaging. A questionnaire also gathered supplier capabilities and interest for this potential Long Term Contract (LTC)/IQC.
- Response Guidance: Potential bidders should thoroughly review the upcoming RFP, paying close attention to the specific NSNs, part numbers, and requirements for cost/pricing data, commerciality, testing, and packaging. The solicitation will be available for 30 days on https://www.dibbs.bsm.dla.mil under RFP number SPE7LX-26-R-0027.
- Contact: Patrick Laugherty, patrick.laugherty@dla.mil, 614-693-1133.