Backshell, Adapter
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 Department of the Army is issuing a Combined Synopsis/Solicitation for Backshell, Adapter (PN 440FJ030Z10802), specifically requiring Glenair brand products. This acquisition is a Total Small Business Set-Aside. Quotations are due March 24, 2026.
Scope of Work
This opportunity seeks 17 units of Backshell, Adapter, Part Number 440FJ030Z10802. A Brand Name Justification & Approval (J&A) is attached, asserting that Glenair products are critical for operational readiness and long-term reliability in demanding military applications. These components offer superior protection against environmental factors, shock, vibration, and EMI, mitigating risks associated with interconnect failures in weapon systems.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Commercial Products/Services)
- Set-Aside: Total Small Business
- Product Service Code (PSC): 5935 - Connectors, Electrical
- NAICS Code: 335999 – All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Quantity: 17 units
- F.O.B. Point: Destination
- Delivery Location: WOL6 USA DEP LETTERKENY, Letterkenny Army Depot, Chambersburg, PA 17201-4150
- Published Date: March 18, 2026
- Quotation Due: March 24, 2026, at 1200 Eastern Time
- Anticipated Award Date: March 31, 2026
Submission & Evaluation
Quotations must be submitted via email to Contract Specialist Natalie Carmack (natalie.a.carmack2.civ@army.mil) and Contracting Officer Bobie Burkett (bobie.j.burkett.civ@army.mil). Offerors are requested to provide their lead time. Evaluation will be based on a comparative analysis of Technical and Price, with the award going to the responsible offeror whose proposal is most advantageous to the Government.
Additional Notes
This is the only solicitation, and no separate written solicitation will be issued. The attached J&A explains the rationale for the brand-name requirement, which potential bidders offering alternative solutions should review.