G2R Open Season
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 at Aberdeen is issuing a Solicitation (SPRBL1-26-R-0003) for the Gateway to Readiness (G2R) program. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple-award contract seeks Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services. The primary customer is the U.S. Army Communications-Electronics Command (CECOM). The total contract ceiling is $3.2 Billion over a ten-year period, with a guaranteed minimum of $10,000 per awardee. Proposals are due March 19, 2026.
Scope of Work
The G2R program aims to provide comprehensive sustainment solutions for C5ISR systems throughout their lifecycle. This includes nine Program Support Categories:
- Equipment: Standard (NSN) and Non-Standard (MCN) items.
- Services: Test & Evaluation, Repair, Upgrades/Ancillary Engineering, Engineering Studies, Obsolescence Monitoring/Mitigation, Hybrid Organic/Contractor Support, and Field Service Representatives (FSRs).
- Supplies: Items on a Price Evaluation List (PEL), built to Government Technical Data Packages (TDPs), commercial, or modified commercial products.
Contract Details
- Contract Type: Multiple-award IDIQ, anticipating Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) orders.
- Period of Performance: Each awarded contract will have a two-year base period and up to five one-year unilateral option periods, totaling seven years. The overall program ceiling is for ten years.
- Maximum Value: $3.2 Billion (across all awarded contracts).
- Minimum Value: $10,000 per awardee.
- Set-Aside: Full and Open Competition for prime awards, with a reservation for one or more small business prime contractors. Future delivery/task orders under $250,000 may be set aside for small businesses. A Small Business Participation Commitment Document (SBPCD) targeting a minimum of 40% small business participation is required.
- NAICS: 334419 (Other Electronic Component Manufacturing), Size Standard: 750 employees.
- PSC: 5998 (Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware).
Submission & Evaluation
- Proposals Due: March 19, 2026, by 4:30 PM local time.
- Submission Method: Electronically via email to the listed points of contact.
- Validity: Proposals must be valid for a minimum of 180 calendar days.
- Evaluation: Best Value Tradeoff, considering Technical, Past Performance, Small Business Participation, and Price. Technical factors are significantly more important than price. Offerors must meet minimum PEL proposal percentages based on business size (HUBZone 60%, Small Business 70%, Other-Than-Small 85%).
Special Requirements & Notes
- Technical Data Packages (TDPs): Some TDPs are subject to International Traffic in Arms Regulations (ITAR) and require an active Defense Logistics Agency Joint Certification Program (JCP) status and a signed Non-Disclosure Agreement (NDA) for access.
- Packaging: Detailed Special Packaging Instructions (SPIs) are provided for various items, including installation kits, circuit cards, and diesel engines, requiring adherence to military and industry standards (e.g., MIL-STD-129, ISPM-15).
- Post-Award: A "Rapid Ordering Catalog" and "Rapid Ordering Catalog Supplement" will facilitate future orders, including automated awards for items under the Simplified Acquisition Threshold (SAT).
- Information Security: Compliance with NIST SP 800-171 and DFARS 252.204-7012 is required.