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), on behalf of the U.S. Army Communications-Electronics Command (CECOM), has released a Solicitation (SPRBL1-26-R-0003) for the Gateway to Readiness (G2R) Open Season. This is a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services. The total contract ceiling is $3.2 Billion over a potential ten-year period. Proposals are due March 19, 2026.
Purpose & Scope
This solicitation aims to procure a wide range of C5ISR supplies and services to support CECOM, DLA, DoD, and other Federal Government Agencies. The G2R program will provide sustainment solutions throughout the C5ISR system lifecycle, including hardware, software, engineering, obsolescence management, and field service representatives. The scope covers nine (9) Program Support Categories, including Standard and Non-Standard Equipment, Test & Evaluation, Repair, Upgrades, Engineering Studies, Obsolescence Monitoring, Hybrid Support, and FSRs. Specific packaging instructions are detailed for various components, circuit cards, diesel engines, and installation kits.
Contract Details
- Contract Type: Multiple-Award IDIQ, anticipated to include Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) orders.
- Competition: Full and Open Competition with a reservation for one or more small business prime Contractors.
- Set-Aside: Orders under $250,000 may be set aside for small business prime contractors. A Small Business Commitment Document targeting a minimum of 40% small business participation is required.
- Ceiling: $3.2 Billion combined maximum ceiling across all awarded contracts.
- Minimum: $10,000 guaranteed per awardee.
- Period of Performance: A two-year base period and up to five (5) one-year unilateral option periods, totaling a potential ten (10) years.
- NAICS Code: 334419 (Other Electronic Component Manufacturing), Size Standard: 750 employees.
- Product Service Code: 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.
- Proposal Validity: Must be valid for a minimum of 180 calendar days.
- Evaluation: Best Value Tradeoff source selection, considering Technical, Past Performance, Small Business Participation, and Price. Technical factors are significantly more important than price. Offerors must meet minimum Price Evaluation List (PEL) proposal percentages (HUBZone 60%, Small Business 70%, Other-Than-Small 85%).
- Technical Data Packages (TDPs): Access requires an active Defense Logistics Agency Joint Certification Program (JCP) status and a signed Non-Disclosure Agreement (NDA). Some TDPs are subject to ITAR.
Key Requirements & Notes
- Contractors must comply with NIST SP 800-171 and DFARS 252.204-7012 for information security.
- Performance standards include a minimum 90% on-time delivery rate and specific quote rates based on business size.
- The "PRICE EVALUATION LIST (PEL)" spreadsheet (B08-Attachment 0001) is a critical submission template detailing line items, quantities, delivery, and reporting requirements.
- The "Post-Award Ordering Process" (Attachment 0003) outlines procedures for future orders, including the use of a Rapid Ordering Catalog.
- Compliance with Buy American Act, Trade Agreements Act, Berry Amendment, and Counterfeit Electronics Part Detection and Avoidance policies is mandatory.
Contact Information
- Primary: Kevin Strausser (Kevin.Strausser@dla.mil)
- Secondary: Abdel Nogueras (abdel.noguerasrojas@dla.mil)