The Army Contracting Command - Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) – Supply Chain Management Directorate (SCMD) – Strategic Sourcing Directorate (SSD), intends to acquire Parts to support the ASN-128 Doppler Navigation System.
Requirements Description:
The items to be procured are repairs for the ASN-128 Doppler. BAE Systems is the original developer and integrator of the Doppler Navigation System. The Government does not possess specifications or detailed drawings for the referenced system. The parts include electronic components that must interface with the current system configurations. Please note that this is not a Request for Proposal. This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government.
The Government does not possess the technical data package (TDP) for the parts.
The intent is to receive Increment 7 pricing for the NIINs provided. This follows expiring Increment 6 pricing. This is the first acquisition to procure spare parts for this system.
The following additional NAICS apply:
334418
Items and/or Services to Be Procured:
NSN: 5998-01-135-2366
NOMENCLATURE: CIRCUIT CARD ASSEMB
PART NUMBER: SM-D-858968
CAGE: 80063
NSN: 5998-01-530-4534
NOMENCLATURE: CIRCUIT CARD ASSEMB
PART NUMBER: H585A039-02
CAGE: 0D0D0
NSN: 5895-01-064-1841
NOMENCLATURE: CONVERTER,SIGNAL DA
PART NUMBER: SM-D-858425
CAGE: 88818
Requested Response Information:
We request that sources who can manufacture the listed parts or services to submit information to show their capability to manufacture the same part. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire, drawings, test results, information on previous Government and commercial contracts, data rights, etc.
In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number.
Notice, Response Due Date, and Points of Contact:
This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future.
This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This Request for Information (RFI) is being issued to accomplish market research and support planning for the below listed requirements. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov site. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
All SSA responses should be emailed to the Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact and the ACC Aberdeen Small Business Office.
Please submit responses by 1/30/2026
Technical Point of Contact: mark.w.colangelo.ctr@army.mil
Secondary Point of Contact: acia.c.sands.civ@army.mil
ACC Aberdeen Small Business: usarmy.apg.cecom.mbx.small-business-outreach@army.mil
Contractor Questionnaire
Please complete the following questions. If a question does not apply, please enter N/A or non-applicable.
- Provide a brief summary of your company and its core competencies.
2. Please provide the following Point of Contact information on all responses:
Company:
Address:
Point of Contact:
Phone Number:
Fax Numbers:
Email Address:
CAGE Code:
DUNS Number:
3. Describe your Company's past performance in the manufacturing and/or supplying of the listed items in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort.
4. Describe the qualifications of your engineering staff who have experience in the design and production of supplies similar in complexity and technology to power supplies, circuit cards, data processors, and other electronic items.
5. Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in the listed items to include power supplies, circuit cards, data processors, and other electronic items..
6. Describe your company's experience and process for managing obsolescence issues.
7. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s).
8. Describe your company's experience in identifying alternatives for unavailable or obsolete materials or components to mitigate obsolescence issues.
9. Discuss your company's capability to meet US Government delivery requirements for this specific product.
10. The Government prefers Long Term. Can your company meet the Government preference. If not, please describe what you are willing to provide.
11. The Government prefers IDIQ. Can your company meet the Government preference. If not, please describe what you are willing to provide or what you would prefer to provide. Please explain.
12. Do you have product(s) or keep products in stock?
13. Are there any vendors in your supply chain that you are concerned would prevent you from meeting the Government delivery schedule? – If so, please describe the company and what steps you are taking or have taken to mitigate. If it is a Government-directed source, please describe any other vendors that may have the capability to meet the delivery schedule.
14. The Government is considering requesting range pricing for the following NIINs for a quantity range. Can you provide input on these ranges/are there any quantity price break points the government should know about?
15. What is the production lead time for this part?