Assembly(s)
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 - Warren is conducting a Sources Sought/Request for Information (RFI) to identify potential sources capable of supplying Circuit Card Assembly(s). This is for informational purposes only and is not a formal solicitation. Responses are due by October 21, 2025.
Scope of Work
The requirement is for various Circuit Card Assemblies, currently identified as sole source to DRS (CAGE: 24290). The specific items include:
- NSN: 5998-01-612-6663, P/N: 13678648, Quantity: 5 Each/100% Option
- NSN: 5998-01-612-6533, P/N: 13678649, Quantity: 8 Each/100% Option
- NSN: 5998-01-629-8419, P/N: 13038830, Quantity: 12 Each/100% Option
- NSN: 6150-01-624-2139, P/N: 13046742, Quantity: 10 Each/100% Option
- NSN: 4920-01-451-8464, P/N: 12972161, Quantity: 2 Each/100% Option
Contract & Timeline
- Type: Sources Sought / Request for Information
- NAICS: 334412 (Size Standard: 750 Employees)
- Set-Aside: None specified (market research stage)
- Response Due: October 21, 2025
- Published: January 22, 2026 (edited January 20, 2026, to add two new NSNs)
- FOB: Destination
Response Requirements
Interested companies should submit the following information:
- Company Name and Address, Point of Contact (Name, Title, Phone, Email)
- CAGE Code, Business Size
- Brief Capability Statement (experience manufacturing similar components for military applications)
- Manufacturing Capabilities (e.g., machining, casting, assembly)
- Quality System Certification (ISO 9001:2015 or equivalent documentation)
- Estimated Lead Time (first article and production units)
- Estimated Cost (Rough Order of Magnitude for specified quantities, noting discounts)
Additional Notes
This procurement is EXPORT CONTROLLED. Access to technical data requires certification under the United States/Canada Joint Certification Program (JCP). Firms must register with JCP and request access via SAM.gov. Information on becoming an Approved Source and Source Approval Request (SAR) package requirements are provided via links to TACOM. All responses must be submitted electronically to Noelle Riggs (noelle.riggs@dla.mil).