SINCGARS Installation Kits and the Associated Components
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 at Aberdeen is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure SINCGARS Installation Kits and Associated Components. This five-year base contract has a potential value between $19.1M and $25.6M. Proposals are due April 24, 2026.
Scope of Work
This acquisition covers eleven (11) types of SINCGARS Installation Kits (IKs) and their associated components. SINCGARS are Very High Frequency-Frequency Modulation (VHF-FM) combat net radios used for command and control, offering jamming resistance and voice/data transmission capabilities consistent with NATO interoperability. IKs are designed to install specified SINCGARS radio systems into vehicles.
Key items include various Installation Kits (e.g., MK-2394/VRC, MK-3149/VRC, MK-3174/VRC, MK-2715/VRC), a Speed Gear Assembly, Mounting Base, Loudspeaker-Control Unit, and several Cable Assemblies. Best Estimated Quantities (BEQ) are provided for each of the five years.
Contract Details
- Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Long-Term Contract (LTC).
- Duration: One five-year base period; no option years.
- Minimum Value: $19,134,798.61
- Maximum Value: $25,608,267.09
- Set-Aside: None specified.
Technical Requirements & Deliverables
- Configuration Management: Adherence to specified baselines for IK components; requires a Configuration Management Program (EIA-649-1) and formal approval for changes (ECP, NOR, SCN, RFV).
- Obsolescence Management (DMSMS): Contractors must notify of obsolete materials, provide a DMSMS Management Plan, and submit quarterly Obsolescence Status Reports (CDRL E001).
- Production Evaluation (PE): Review technical data for production efficiency, submit PE Compatibility ECPs, and provide a PE Certification letter.
- Packaging: Compliance with DLAD T/Q Requirement RP001, DS7029/DS7033, and MIL-STD-2073-1E, including ISPM-15 for wood packaging. Detailed instructions are in "SPECIAL PACKAGING INSTRUCTION AG00000621".
- First Article Testing (FAT): Required for major components (Mounting Base, Loudspeaker, Antennas, Handset, Cable Assemblies). FAT plans (CDRL H001) and reports (CDRL I001) are due within 270 days of contract award. Delivery must commence within 12 months for IKs with electronic components.
- Contract Data Requirements List (CDRLs): Mandatory deliverables include ECPs, NORs, SCNs, RFVs, Obsolescence Status Reports, TDP Review Reports, Product Data Reports, FAT Plans, and FAT Reports.
Submission & Evaluation
- Proposals Due: April 24, 2026.
- Submission Method: Electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Proposal Validity: 90 days after solicitation closing.
- Evaluation: Lowest Price Technically Acceptable (LPTA) (FAR 15.101-2).
- Non-Price Factors: Supplies-Terms and Conditions, Delivery, and Past Performance. Offerors must meet or exceed technical standards for these factors.
Additional Notes
- Technical Data Packages (TDPs): Available upon request for companies with active status in the Defense Logistics Agency Joint Certification Program (JCP). TDPs will be uploaded to DOD Safe Access File Exchange (SAFE).
- A one-year no-cost commercial warranty is required.
- Primary Contact: Keaneesha A. Canady (keaneesha.a.canady@dla.mil, 443-861-4529).
- Secondary Contact: Aaron Yolles (aaron.d.yolles@dla.mil, 223-797-7887).