POWER SUPPLY
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 (CCAM-MLP) is conducting market research via a Sources Sought notice to identify capable manufacturers for a POWER SUPPLY (NSN: 6120-01-723-1692), which supports the PATRIOT Missile System. This item is currently restricted as a sole source to HDL Research Lab Inc. (CAGE 66015). However, other interested companies are invited to submit documentation demonstrating their ability to manufacture this item and fulfill the required test procedures. The anticipated acquisition is a One-Time-Buy contract for an estimated 5 units. Responses are due by 4 pm CST on April 24, 2026.
Scope of Work
The requirement is for the manufacturing of the POWER SUPPLY, NSN: 6120-01-723-1692. While currently sole-sourced, the Government is seeking evidence from other interested parties who can meet the manufacturing and test procedure requirements. The place of performance will be the contractor's facility.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated One-Time-Buy contract)
- Set-Aside: None specified (currently restricted sole source, but seeking other capable sources)
- Response Due: April 24, 2026, by 4 pm CST
- Published: April 6, 2026
Submission Requirements
Interested parties must submit a capabilities statement, no longer than one (1) page, in Times New Roman font, size 10. The statement must address:
- Description of similar manufacturing work performed.
- Explanation of the company's ability to perform at least 50% of the tasking, compliant with FAR 52.219-14.
- Company information: name, CAGE / SAM UEI, business size (small or large) for respective NAICS, and FAR 52.219-1.
- Indication of any SBA Certified Socioeconomic status.
Submissions should be sent electronically in Microsoft Word or PDF format to Tamela Riggs at tamela.d.riggs-holman.civ@army.mil. All formal communication must be directed via email; no telephone requests will be accepted.
Additional Notes
This notice is for informational purposes only and is not a Request for Proposal (RFP) or a commitment to award a contract. The Government will not pay for information provided. Not responding does not preclude participation in any future solicitation.