ELECTRONIC COMPONENT

SOL #: SPRDL1-25-R-0234Solicitation

Overview

Buyer

WARREN, MI, 48397, United States

Place of Performance

Place of performance not available

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 25, 2025
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Feb 10, 2026, 9:00 PM

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 Justification and Approval (J&A) notice, published by DLA LAND WARREN under the Department of Defense, announces the non-competitive procurement of Hydraulic Master Control (HMC) electronic components (NSN 5998-99-485-3369, Mfr Part Number CS1997) for the Assault Breacher Vehicle (ABV). The acquisition is justified under FAR 6.302-1 (Only One Responsible Source), identifying Pearson Engineering Ltd. as the sole supplier. A related solicitation (SPRDL1-25-R-0234) requests proposals for these items, with a due date of February 10, 2026.

Scope of Work

The requirement is for Electronic Components Assembly, specifically the Hydraulic Master Control (HMC), which is a critical electrical component supplying signals to vital hydraulic systems on the ABV. The procurement includes a base quantity of 34 each and an option for an additional 34 each, totaling a maximum of 68 units. The Technical Data Package (TDP) is source controlled to Pearson Engineering, Limited (Cage K0824, Part Number CS1997).

Contract Details

The proposed contract type is Firm-Fixed-Price. Delivery is FOB Destination, with item 0001AA required within 240 days after contract award, and item 0002AA (option) within 240 days after exercise. The acquisition method code is 3 (Acquire directly from the actual manufacturer), with suffix D (Data not physically available for additional sources). Packaging and marking must comply with MIL-STD-2073-1 and Special Packaging Instruction AK94853369. Inspection and acceptance will occur at Origin.

Justification for Non-Competitive Procurement

The government does not possess the necessary technical data or rights for competitive reprocurement. Market research, including a Sources Sought Notice posted from July 25 to August 4, 2025, yielded no additional sources. Developing an alternative source is deemed too costly and time-consuming given the low volume of future replacement orders for the ABV fleet.

Submission & Evaluation

Vendors must submit quotes or proposals via email to the Contract Specialist listed on the solicitation. Offerors must be registered on SAM.gov and provide the total quantity of items; partial offers will not be considered. Only one award will be made. Electronic contracting is required, and payment will be via Wide Area Workflow (WAWF).

Key Dates & Contact

  • Proposal Due Date: February 10, 2026
  • Published Date: March 11, 2026 (J&A)
  • Contact: Robert Harrison, robert.harrison@dla.mil, 586-467-1159

People

Points of Contact

Alexandra StonePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 8
Justification
Posted: Mar 11, 2026
View
Version 7
Solicitation
Posted: Feb 26, 2026
View
Version 6
Solicitation
Posted: Dec 17, 2025
View
Version 5Viewing
Solicitation
Posted: Dec 16, 2025
Version 4
Pre-Solicitation
Posted: Dec 2, 2025
View
Version 3
Sources Sought
Posted: Dec 2, 2025
View
Version 2
Sources Sought
Posted: Jul 25, 2025
View
Version 1
Sources Sought
Posted: Jul 25, 2025
View