Sources Sought (SS) Announcement for Terrestrial Transmission Line-Of-Sight (TRILOS) hardware, NSN 5995-20-009-3762 – CABLE ASSEMBLY AND REEL, 50M
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 Proving Ground, MD, has issued a Sources Sought (SS) announcement for Terrestrial Transmission Line-Of-Sight (TRILOS) hardware, specifically CABLE ASSEMBLY AND REEL, 50M (NSN 5995-20-009-3762). This market research aims to identify qualified vendors capable of supplying Original Equipment quality replacement spare components to sustain and replenish the Suite of Terminals (SoT) systems. Responses are due by April 10, 2026.
Purpose & Scope
The Government intends to acquire parts to support and sustain the primary SoT systems, focusing on TRILOS. The requirement is for OEM quality replacement spare components that meet exact Form, Fit, and Function (FFF) specifications or approved equivalents. The specific item is NSN 5995-20-009-3762, CABLE ASSEMBLY AND REEL, 50M, with part number 617-817245-050 and CAGE L1084. The Government does not own the Technical Data Package (TDP).
Key Requirements
- FFF & Quality: Preference for exact OEM parts or FFF equivalents. Vendors must provide supporting technical documentation (manufacturer part numbers, datasheets, drawings, Certificates of Conformance).
- Condition & Traceability: All items must be new, unused, in original manufacturer packaging, with lot/date codes, C of C, and test reports. Traceability to the original manufacturer is required.
- Standards: Items must meet applicable military and industry standards for ruggedized tactical communications equipment.
- Delivery & Logistics: Packaging suitable for tactical transport, stating Minimum Order Quantities (MOQs), unit pricing tiers, and warranty terms.
Vendor Response Content
Respondents must include:
- A capability statement detailing relevant experience with tactical communications systems.
- Documentation demonstrating exact FFF match or justification for equivalence.
- Lead time and production capacity for short-notice replenishment.
- Past performance examples on similar NSNs or TRILOS programs.
- Pricing model (unit price, volume discounts, expedited order premiums).
- Company information: Point of Contact, CAGE code, UEI/DUNS, and business classification.
Key Document: Contractor Questionnaire
The Contractor Questionnaire.docx is crucial for bidders to demonstrate qualifications. It requests detailed information on:
- Company Information & Core Competencies
- Past Performance on similar items, including contract details and POCs.
- Engineering Staff Qualifications and experience with complex/technical items.
- Obsolescence Management processes and tools.
- Production Lead Time and capacity to meet government schedules.
- Form-Fit-Replacement Parts availability and ability to meet government preferences.
- Supply Chain Concerns and mitigation strategies.
Timeline & Contacts
- Response Due: April 10, 2026
- Published: March 26, 2026
- Technical POCs: Mark Krivansky (mark.e.krivansky.civ@army.mil), Joseph Fellner (joseph.m.fellner.civ@army.mil)
- Small Business Office: DLA.Land.and.Maritime.Small.Business.Office@dla.mil
This is for market research only; no contract will be awarded from this announcement. Information will help determine responsible sources and potential for Small Business set-aside.