Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOURCES SOUGHT

59 -- Sources Sought (SS) Announcement for Tactical Communications Package (T2C2/Scout) hardware, Multiple NSNs: Power Supply, Waveguide Assembly, and Auto Interface Unit.

Notice Date
12/11/2025 6:33:30 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-26-004
 
Response Due
12/24/2025 2:00:00 PM
 
Archive Date
01/08/2026
 
Point of Contact
Kenneth Vereb, Seth Copeland
 
E-Mail Address
kenneth.m.vereb2.civ@army.mil, seth.j.copeland.civ@army.mil
(kenneth.m.vereb2.civ@army.mil, seth.j.copeland.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Defense Logistics Agency at Aberdeen Proofing Grounds (Maryland), on behalf of the Army Integrated Logistics Supply Center (ILSC), Supply Chain Management Directorate (SCMD), Strategic Sourcing Directorate (SSD), intends to acquire parts to sustain and replenish the Suite of Terminals (SoT). This Sources Sought seeks Original Equipment quality replacement Spare components to support, and sustainment the two primary SoT systems: SCOUT (Scalable Class of Unified Terminals) and T2C2 (Transportable Tactical Command Communications). Respondents should be prepared to provide OEM part numbers, CAGE codes, Certificates of Conformance, lead times for delivery, and technical documentation demonstrating exact Form, Fit, and Function (FFF) or approved equivalents. Detailed requirements, NSNs, and submission instructions follow below. Requirements: The Government requires vendor support for the following National Stock Numbers (NSNs) associated with the Tactical Communications Package (T2C2) Transportable Tactical Command Communications) and SCOUT (Scalable Class of Unified Terminals) systems: 6130?01?706?2093 � POWER SUPPLY 5985?01?705?8231 � WAVEGUIDE ASSEMBLY 7025?01?727?4210 � INTERFACE UNIT, AUTO 5985?01?731?1007 � REFLECTOR SECTION, A 5895?01?663?8981 � CONVERTER, FREQUENCY Be advised that the Government does not possess the TDP for any aforementioned NSN. Form, Fit, Function (FFF): The Government�s preference is for exact parts delivered to original Form, Fit, and Function specifications. Vendors must identify whether they can supply OEM parts or exact FFF equivalents, and provide supporting technical documentation such as manufacturer part numbers, datasheets, drawings, and Certificates of Conformance. Condition and Traceability: All items must be new, unused, and in original new manufacturer packaging. Vendors must provide lot/date codes, Certificates of Conformance (C of C), and any applicable test reports. Traceability to the original manufacturer is required. Standards and Compliance: Items must meet applicable military and industry standards for ruggedized tactical communications equipment, including environmental tolerances, shock/vibration requirements, and MIL?grade connector specifications. Delivery and Logistics: Packaging must be suitable for tactical equipment transport. Minimum Order Quantities (MOQs) and unit pricing tiers should be stated. Warranty terms must be included, with options for extended coverage if available. Vendor Response Content: Responses must include: A capability statement summarizing relevant experience supporting 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 SCOUT/T2C2 programs. Pricing model (unit price, volume discounts, expedited order premiums). Company information: Point of Contact, CAGE code, UEI/DUNS, and business classification (OEM, authorized distributor, aftermarket supplier). Items and/or Services to Be Procured: NSN: 5985- 01-705-8231 NOMENCLATURE: WAVEGUIDE ASSEMBLY PART NUMBER: SCOUT-81304-002 CAGE: 6PH44 NSN: 6130- 01-706-2093 NOMENCLATURE: POWER SUPPLY PART NUMBER: SCOUT-81029-003 CAGE: 6PH44 NSN: 7025- 01-727-4210 NOMENCLATURE: INTERFACE UNIT, AUTO PART NUMBER: PS451-2254ML-48-25D-06-20 CAGE: 1RZG3 NSN: 5895?01?663?8981 NOMENCLATURE: FREQUENCY CONVERTER PART NMUBER: T2C2?12052?001 CAGE: 3XWN1 NSN: 5985-01-731-1007 NOMENCLATURE: RELECTOR SECTION< ANTENNA PART NUMBER: SCOUT-81006-003, Alt: 220752-001-GN CAGE: 6PH44, Alt: 04NW0 Vender Response Information: 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. 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 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 DLA Aberdeen Small Business Office. Please submit responses by 12/24/2025 Technical Point of Contact: kenneth.m.vereb2.civ@army.mil Secondary Point of Contact: tiffany.l.macgillivary.civ@army.mil DLA Aberdeen Small Business: DLA.Land.and.Maritime.Small.Business.Office@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/65dd0921736142e6a7359b3edee395dc/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07664292-F 20251213/251211230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.