Circuit Card Assembly 5998-013380587
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 conducting market research to identify sources capable of manufacturing Circuit Card Assembly, NSN 5998-01-338-0587. This is a Sources Sought notice to gather information for a potential future fixed-price solicitation. Interested parties must complete and submit a Market Research Questionnaire by April 5, 2026.
Purpose and Scope
This notice aims to identify potential manufacturers for the specified Circuit Card Assembly (NSN 5998-01-338-0587). DLA is seeking to understand supplier capabilities, pricing structures, and commerciality of the item to inform the development of a realistic solicitation. The current approved sources are CAGE 22830 P/N 8030005531-2.
Information Requested from Vendors
Vendors are required to provide comprehensive details via the Market Research Questionnaire, including:
- Company Information: CAGE Code, DUNS, business size, SBA certifications, employee count, parent company.
- Manufacturing Details: Whether the company is a manufacturer or distributor, item origin, CAGE code, and location of manufacture.
- Compliance: Confirmation of SAM registration (with NAICS 334418) and willingness to register.
- Pricing: Unit price for 89 EA, price sensitivity for quantities (50-300), and willingness to quote quantity options.
- Cost Data: Ability to provide certified Cost or Pricing Data if required (for contracts over $2M).
- Commerciality: Assessment of whether the item is commercial per FAR 2.101(b) and willingness to provide proof of commercial sales history.
- Logistics & Delivery: Acceptability of FOB Destination, ability for STD-COM PKG with MIL-STD-129 Markings, estimated standard delivery time, and maximum monthly quantity.
Submission Requirements
All information, specifically the completed Market Research Questionnaire, must be submitted to Contract Specialist Bryan Fair (Bryan.Fair@dla.mil) no later than April 5, 2026. Questions should also be directed to Bryan Fair at 614-693-0125.
Additional Notes
This notice is for market research purposes only and does not constitute a Request for Proposal (RFP). SAM registration is mandatory for any future awards. The government will make the final determination on the commerciality of the item.