Sources Sought for Outserts (NSN - 4240-01-529-8327 & 4240-01-528-9288)
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) Troop Support is conducting market research via a Sources Sought Notice to identify qualified sources for Outserts (NSNs: 4240-01-529-8327 and 4240-01-528-9288). This effort aims to assess industry capabilities for a potential Indefinite Delivery/Indefinite Quantity (IDIQ), Long-Term Contract not exceeding five years. Responses are due January 27, 2026.
Scope of Work
This market research focuses on two National Stock Numbers (NSNs):
- Clear Assembly Outsert: NSN 4240-01-529-8327, Part Number 71014/12, with an Annual Estimated Quantity (AEQ) of 60,000 each.
- Laser Assembly Outsert: NSN 4240-01-528-9288, Part Number 71014/11, with an AEQ of 499 each. Currently, these requirements are sole sourced to Avon Protection Systems Incorporated (CAGE - 1LEW5). The potential contract would require First Article Testing and Production Lot Testing for both NSNs.
Respondents are requested to complete an attached Market Survey, providing details on:
- Production: Lead time, rate, process type (batch/continuous).
- Delivery: Estimated delivery days, Minimum Order Quantity (MOQ), Maximum Order Quantity capability.
- Pricing: Estimated unit price or price list.
- General: Whether items are commercial, availability, application, cost drivers, foreign material content, domestic sources, manufacturer/wholesaler/distributor status, compatibility, delivery capabilities (FOB Origin, Direct Vendor Delivery), interest in long-term contracts, willingness to accept Economic Price Adjustments (EPA), and Electronic Data Interchange (EDI) capability.
Contract & Timeline
- Type: Sources Sought / Market Research (for potential IDIQ, Long-Term Contract)
- Duration: Potential award not to exceed five (5) years.
- Set-Aside: None specified (market research stage)
- Response Due: January 27, 2026
- Published: December 22, 2025
Evaluation
Information gathered from this market survey will be used for planning purposes to identify interest, assess industry capabilities, and determine an efficient acquisition strategy. This is not a solicitation, RFQ, or RFP, and the government will not pay for information submitted.
Additional Notes
A future solicitation, if issued, would be synopsized on SAM.gov. Interested contractors should monitor the website. For submissions or additional information, contact Andrew Rose at andrew.c.rose@dla.mil.