SINCGARS Installation Kits and Associated Components
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 has issued a Solicitation (RFQ SPRBL1-26-Q-0001) for SINCGARS Installation Kits and Associated Components. This is a firm-fixed price, Federal Acquisition Regulation (FAR) part 13 spot buy for DLA stock support in the continental United States (CONUS). The requirement is a Total Small Business Set-Aside. Quotations are due by February 20, 2026.
Scope of Work
This acquisition covers the procurement of specific National Stock Number (NSN) parts:
- 5895-01-582-2376: Installation Kit, Electronic Equipment (Part Number: MK-3142/VRC)
- 5895-01-299-5870: Installation Kit, Electronic Equipment (Part Number: MK-2361/VRC)
- 5995-01-382-6869: Cable Assembly, Special Purpose, Electrical (Part Number: CX-13292/VRC)
The solicitation outlines various Contract Line Item Numbers (CLINs) for both production quantities and hardware data items, including Engineering Change Proposals, Notices of Revision, and Technical Reports. Delivery dates are specified in the schedule or DD Form 1423.
Technical and Packaging Requirements
- Technical Requirements (Exhibit A): This document details the technical specifications, applicable documents, configuration baseline, requirements for production evaluation, specialized testing procedures (including First Article Testing - FAT), and quality assurance standards. It also lists Contract Data Requirement List (CDRL) items such as ECPs, Requests for Variance, and FAT reports.
- Special Packaging Instructions (Exhibit C): This document outlines specific requirements for the preservation, packing, and marking of the installation kits. It details preservation methods (e.g., MIL-STD-2073-1), packing procedures for Level A and B, marking in accordance with MIL-STD-129, and compliance with ISPM-15 for wood packaging materials.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Aberdeen Proving Ground, MD
Submission & Evaluation
- Submission: Quotations must be submitted electronically to the identified point of contact.
- Evaluation: Award will be made to the offeror(s) whose quote(s) conform to the solicitation requirements and represent the best value to the Government, considering past performance, offered delivery, and price. Alternate offers will not be considered.
Deadlines & Contact
- Quotations Due: February 20, 2026, 22:00 UTC
- Published Date: February 4, 2026
- Primary Contact: Jakob Swoboda (jakob.swoboda@dla.mil)