GPS Antenna
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.
PRESOLICITATION NOTICE:
This solicitation is being issued to establish an Indefinite Quantity Contract (IQC) that will provide stock Replenishment coverage in support of military depots. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (1 BASE YEAR plus 3 option years) and shall not exceed 4 years. This procurement will be solicited as Unrestricted on an Other than Full and Open competition basis in accordance with 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2).
Currently Section B will contain two (2) NSNs Items managed by DLA Land and Maritime. See table below:
CLIN 0001
NSN: 5999-01-483-0583
Nomenclature: GPS NUMBER TWO,S
Approved Source: LOCKHEED MARTIN CORPORATION
CAGE CODE: 03640
P/N: 19-450-10P15
Approved Source: ECI DEFENSE GROUP, INC.
CAGE CODE: 3SDB5
P/N: 19-450-10P15
Approved Source: ECI DEFENSE GROUP, INC.
CAGE CODE: 4BJ65
P/N: 19-450-10P15
Approved Source: CHELTON, INC.
CAGE CODE: 63563
P/N: 19-450-10P15
Approved Source: CHELTON LIMITED
CAGE CODE: U1907
P/N: 19-450-10P15
Estimated Annual Demand Quantity: 35 EA
CLIN 0002
NSN: 5985-01-500-6338
Nomenclature: ANTENNA
Approved Source: CHELTON, INC.
CAGE CODE: 63563
P/N: 12-512P54
Estimated Annual Demand Quantity: 3 EA
The solicitation will be available on or about December 30, 2025 under solicitation number SPE7MX26R0030 at http://dibbs.dscc.dla.mil/rfp.
While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of Price, Past Performance, Delivery, and Surge and Sustainment, and other evaluation factors as described in the solicitation.
All responsible sources may submit an offer/quote which shall be considered.
Drawings/specifications will not be available through BSM DIBBS.
This proposed procurement includes a family group of items within the Federal Supply Class 5999 and 5985.
Approved sources are listed above
TYPE OF SET-ASIDE: NONE