Motor, Control
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 US Army Contracting Command – Redstone is conducting market research via a Sources Sought notice to identify manufacturers for the Motor, Control (NSN: 6105-01-073-6008), which supports the PATRIOT Missile System. While currently restricted as a sole source item to Transdigm Inc., the Army is seeking other interested and capable companies to submit documentation. Responses are due January 30, 2026.
Scope of Work
This effort seeks to identify sources capable of manufacturing the Motor, Control, NSN: 6105-01-073-6008. The item is currently restricted to Transdigm Inc. (operating through AeroControlex Group, Inc.) due to specific test procedures and process sheets for P/N 11566322. However, other companies are encouraged to submit evidence of their ability to manufacture this item and fulfill test procedures.
Contract & Timeline
- Type: Sources Sought / Market Research (contemplated action is a 5-year FFP IDIQ)
- Duration: Contemplated 5-year period (January 2027 – October 2032)
- Quantity: Minimum 151 units, maximum 291 units (for contemplated IDIQ)
- Set-Aside: None specified (market research for potential sources, including small businesses)
- Response Due: January 30, 2026, by 4 pm CST
- Published: January 12, 2026
- Place of Performance: Contractor’s Facility
Submission Requirements
Interested parties must submit a capabilities statement (max one page, Times New Roman, size 10) addressing:
- Description of past work manufacturing the same or similar requirement.
- Explanation of ability to perform at least 50% of the tasking, in compliance with FAR 52.219-14.
- Company information: name, CAGE / SAM UEI, business size (small or large) for respective NAICS per sam.gov Reps & Certs (FAR / DFARS), FAR 52.219-1.
- Indication of any SBA Certified Socioeconomic status per the SBA Dynamic Small Business Search profile.
Additional Notes
This is for informational purposes only and is not a Request for Proposal (RFP). The Government is not obligated to award a contract based on responses. Submissions should be sent electronically to Tamela Riggs (tamela.d.riggs.civ@army.mil) in Microsoft Word or PDF format. No phone calls will be accepted.