ELECTRONIC COMPONENT

SOL #: SPRDL1-25-R-0234Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
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
Response Deadline
Dec 22, 2025, 8:00 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 5
Solicitation
Posted: Dec 16, 2025
View
Version 4Viewing
Pre-Solicitation
Posted: Dec 2, 2025
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
Redacted Justification and Approval (J&A) | GovScope