SUGV CHASSIS,QUAD V
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 and Maritime is conducting a Sources Sought for a one-time buy of the SUGV CHASSIS,QUAD V (NSN: 1385-01-659-6533). This market survey aims to gather information from potential suppliers to develop a realistic solicitation. Responses, including the attached market survey, are due by April 4, 2026, at 1:00 PM EST.
Requirement Details
This opportunity is for the SUGV CHASSIS,QUAD V, with the currently approved manufacturer being TELEDYNE FLIR UNMANNED GROUND SYSTEMS, INC (CAGE 7KJ69) for Part Number 4217050-00001. The DLA is seeking to identify additional approved sources for this item. Interested sources must submit appropriate information as outlined in DLAD Procurement Notes L04 (Offers for Part Number Items) and M06 (Evaluation of Offers for Part Numbered Items).
Information Requested
The attached market survey requests comprehensive information from potential suppliers, including:
- Estimated Delivery for the specified quantity.
- Company Size and Status (Large/Small, Manufacturer/Dealer, number of employees, parent company).
- Dealer/Distributor Information, including independence from OEMs and OEM details.
- Pricing Drivers, identifying primary components/raw materials and their percentage contribution.
- Inventory & Quantity Sensitivity.
- Whether the item contains Hazardous Material.
- Commercial Item Determination per FAR 2.101, GSA Schedule availability, and sales to non-Governmental customers.
- Willingness to provide Market Price Proof for fair and reasonable price determination.
- Identification of Clause/Provision Inconsistencies with commercial practices for specific FAR/DFARS clauses.
- Acceptability and impact of FOB Destination vs. FOB Origin pricing.
- Ability to provide STD-COM PKG with MIL-STD-129 Markings.
- Ability to furnish Cost and Price Data if required.
Submission & Contact Information
Potential suppliers should complete the attached market survey and return it to Garrison Ball via email at garrison.ball@dla.mil by April 4, 2026, at 1:00 PM EST. Verbal discussions are also an option by contacting Garrison Ball at 614-693-5056. This is a market research effort; no set-aside has been specified.