Assembly(s)
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 - Warren is conducting a Sources Sought/Request for Information (RFI) to identify potential sources capable of supplying various Circuit Card Assemblies. This RFI aims to broaden the supplier base for items currently procured as sole source from DRS. Responses are due by April 3, 2026.
Scope of Work
DLA Land - Warren seeks sources for multiple Circuit Card Assemblies identified by specific National Stock Numbers (NSNs) and Part Numbers (P/Ns), with quantities ranging from 2 to 13 each, plus a 100% option. These include:
- NSN: 5998-01-612-6663, P/N: 13678648 (5 Each)
- NSN: 5998-01-612-6533, P/N: 13678649 (8 Each)
- NSN: 5998-01-629-8419, P/N: 13038830 (12 Each)
- NSN: 6150-01-624-2139, P/N: 13046742 (10 Each)
- NSN: 4920-01-451-8464, P/N: 12972161 (2 Each)
- NSN: 6150-01-546-3025, P/N: 13013678 (6 Each)
- NSN: 6150-01-485-4415, P/N: 12934356-3 (13 Each) The procurement is currently sole source to DRS (CAGE: 24290), with FOB Destination.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 334412 (Computer Peripheral Equipment Manufacturing)
- Size Standard: 750 Employees
- Set-Aside: None specified (market research stage)
- Response Due: April 3, 2026
- Published: March 18, 2026
Response Requirements
Interested companies should submit the following electronically to Noelle Riggs (noelle.riggs@dla.mil):
- Company Name and Address
- Point of Contact (Name, Title, Phone, Email)
- CAGE Code
- Business Size
- Brief Capability Statement (experience manufacturing similar components for military applications)
- Manufacturing Capabilities (e.g., machining, casting, assembly)
- Quality System Certification (ISO 9001:2015 or equivalent)
- Estimated Lead Time (first article and production units)
- Rough Order of Magnitude (ROM) cost estimate per quantity, noting any discounts.
Additional Notes
This is for informational purposes only and not a formal solicitation. The information is subject to change and does not commit the Government to procurement. The opportunity is EXPORT CONTROLLED. Access to technical data requires certification under the United States/Canada Joint Certification Program (JCP). Firms must register with JCP and request access to the Technical Data Package (TDP) via SAM.gov. Information regarding the Source Approval Program (SAP) and Source Approval Request (SAR) Package Requirements is available via provided links, with a separate contact for the Source Approval Officer (usarmy.detroit.tacom.mbx.lcmc-market-surveys@mail.mil).