M-EH IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS) - ADD
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
DLA AVIATION AT HUNTSVILLE, AL
Contract Value
Not provided
Codes & Classification
Solicitation Number
SPRRA226R0071
NAICS
334412 - Bare Printed Circuit Board Manufacturing
Classification Code
5998
Additional Details
Documents1
The Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, has issued a Sources Sought Synopsis (SSS) under procurement identifier SPRRA226R0071 to support ongoing market research for the Improved Bradley Acquisition Subsystem (IBAS). This notice is not a solicitation and does not constitute a request for proposal or quotation; rather, it seeks to identify qualified manufacturing and supply sources capable of providing a range of spare missile parts for the IBAS, which supports the U.S. Army Aviation and Missile Life Cycle Management Command (AMCOM) and the U.S. Army Tank-Automotive & Armaments Command (TACOM).
The scope of this procurement involves the addition of multiple spare parts to an existing nine-year, firm-fixed-price, indefinite delivery requirements contract (SPRRA2-20-D-0012). The parts required include, but are not limited to, receiver-transmitters, electronic components, circuit card assemblies, power supplies, night vision viewers, head assemblies, guidance sets, television cameras, laser shutter assemblies, fire control subsystems, optical component assemblies, and control panels. Each item is identified by its National Stock Number (NSN), part number, and corresponding North American Industry Classification System (NAICS) code, with size standards ranging from 600 to 1,350 employees depending on the item.
The primary NAICS code for this notice is 334412 (Bare Printed Circuit Board Manufacturing), with a product service code of 5998. The place of performance is Melbourne, Florida.
Due to the assignment of AMC/AMSC codes 3 and/or 4, the government is required to procure these items directly from the actual manufacturer, as the necessary technical data to enable competitive acquisition is not available, cannot be economically obtained, nor can adequate specifications be drafted. Consequently, this procurement is being conducted under FAR 6.302-1(a)(2), which allows for limited competition among a restricted number of responsible sources.
The DLA is interested in responses from all business types, including 8(a), small businesses, small disadvantaged businesses, service-disabled veteran-owned, HUBZone, and women-owned small business concerns. However, all offerors must meet prequalification requirements to be eligible for award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center’s System Readiness Directorate, Sustainment Division, serves as the Engineering Source Authority (ESA). Firms capable of producing the required items are encouraged to seek source approval to compete for future solicitations.
Contractors must be capable of fulfilling all special requirements as outlined in the eventual solicitation, including recurring and nonrecurring engineering services necessary to become a qualified source. Responsibilities will encompass all aspects of the manufacturing and production process, such as supply chain management, logistics, forecasting, procurement of long-lead items, material forecasting, addressing obsolescence issues, and ensuring final delivery of assets. Contractors will also bear any additional costs incurred during contract performance.
The procurement will be structured around two or more supply requirements based on forecasted demands, and the subsequent solicitation will request Economic Order Quantities (EOQs) to optimize ordering and support government acquisition planning. The government reserves the right to adjust quantities, cancel the procurement in whole or in part prior to award, and is under no obligation to reimburse offerors for any costs associated with responding to this notice.
Special considerations include compliance with export control regulations under the Arms Export Control Act and the Export Administration Act. Access to technical data may be restricted, and both the offeror and any sources of supply must possess active United States/Canada Joint Certification Program (JCP) certification to access export-controlled data. The DLA will not delay award to accommodate certification for ineligible offerors.
The contracting entity for this opportunity is DLA Aviation at Huntsville, AL, a federal office under the Department of Defense. The primary point of contact is Scott Lamothe ([email protected]), with Becky Brady ([email protected]) as the secondary contact. The notice remains active, with a response deadline of April 28, 2026.
Interested parties are reminded that this SSS is for informational and planning purposes only and does not obligate the government to award a contract. All responses are voluntary, and no funds are available for the preparation of responses.
For further details and updates, contractors should refer to the official notice at https://sam.gov/opp/e83be79470e246cbafc84532fb7f624b/view.