Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.
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) at Aberdeen is conducting a Sources Sought (SS) for Tactical Communications Package (T2C2/Scout) hardware. This market research aims to identify qualified sources for Original Equipment quality replacement components to sustain the Suite of Terminals (SoT) systems, specifically SCOUT and T2C2. Responses are due January 23, 2026.
Scope of Work
The Government requires vendor support for several National Stock Numbers (NSNs) associated with the T2C2 and SCOUT systems. Key components include:
- 6130-01-706-2093 – POWER SUPPLY
- 5985-01-705-8231 – WAVEGUIDE ASSEMBLY
- 7025-01-727-4210 – INTERFACE UNIT, AUTO
- 5985-01-731-1007 – REFLECTOR SECTION, A
- 5895-01-663-8981 – CONVERTER, FREQUENCY
Vendors must supply OEM parts or exact Form, Fit, and Function (FFF) equivalents, providing supporting technical documentation, Certificates of Conformance, and traceability to the original manufacturer. All items must be new, unused, and meet applicable military and industry standards for ruggedized tactical communications equipment.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research to determine if competitive and/or set aside for Small Business)
- Response Due: January 23, 2026
- Published: January 15, 2026
Vendor Response & Evaluation
Respondents must submit a capability statement, documentation demonstrating FFF match or justification for equivalence, lead time and production capacity, past performance examples, and a pricing model. Company information (POC, CAGE, UEI/DUNS, business classification) is also required. An attached Contractor Questionnaire (DLA-Aberdeen-26-016) further details required information on company summary, past performance, engineering staff, test equipment, obsolescence management, and delivery capability. Responses will inform the best acquisition strategy for a potential future procurement.
Additional Notes
This is for planning and market research purposes only and is NOT a Request for Quote or Proposal. The Government does not intend to award a contract based on this announcement. All inquiries and responses must be submitted via email to the Technical Point of Contact, Kenneth Vereb (kenneth.m.vereb2.civ@army.mil).