SINCGARS Installation Kits and the Associated Components

Project ID: SPRBL126R0007 FederalOpportunitiesSolicitation
Overview
AgencyDLA Land and Maritime
Deadline05/23/26
Posted05/07/26
Estimated ValueNot Provided
Set AsideNone
NAICS334290 - Other Communications Equipment Manufacturing
PSC5985 - Antennas, Waveguides, And Related Equipment
LocationAberdeen Proving Ground, MD United States
Description
Primary Latest Change

Posted: March 25, 2026, 7:00 p.m. EDT

Current (Newest Update)

Posted: May 7, 2026, 3:35 p.m. EDT This Request for Proposal (RFP) is a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, Long-Term Contract (LTC), consisting of one five-year base period with no option years. This acquisition is for the procurement of eleven (11) SINCGARS Installation Kits and the Associated Components. SINCGARS is a family of Very High Frequency-Frequency Modulation (VHF-FM) combat net radios designed to provide the primary means of command and control for combat, combat support, and combat service support units.The items listed below are the subject of this solicitation and are expected to be acquired under this procurement action. NSN: 5895-01-218-3962 Part Number: PPL-10132 Nomenclature: Installation Kit, Electronic Equipment MK-2394/VRC Best Estimated Quantity (BEQ): Year 1: 82 Year 2: 82 Year 3: 82 Year 4: 82 Year 5: 54 NSN: 5895-01-590-7960 Part Number: PPL10712 Nomenclature: Installation Kit, Electronic Equipment MK-3149/VRC Best Estimated Quantity (BEQ): Year 1: 0 Year 2: 32 Year 3: 32 Year 4: 32 Year 5: 32 NSN: 5895-01-590-7962 Part Number: PPL10705 Nomenclature: Installation Kit, Electronic Equipment MK-3150/VRC Best Estimated Quantity (BEQ): Year 1: 70 Year 2: 70 Year 3: 70 Year 4: 71 Year 5: 61 NSN: 5895-01-616-6168 Part Number: PPL-10711 Nomenclature: Installation Kit, Electronic Equipment MK-3174/VRC Best Estimated Quantity (BEQ): Year 1: 46 Year 2: 46 Year 3: 46 Year 4: 46 Year 5: 46 NSN: 5895-01-241-0812 Part Number: PPL-10502 Nomenclature: Installation Kit, Electronic Equipment MK-2715/VRC Best Estimated Quantity (BEQ): Year 1: 72 Year 2: 73 Year 3: 73 Year 4: 70 Year 5: 60 NSN: 5975-01-188-8873 Part Number: A3013367-1 Nomenclature: Mounting Base, Electrical Equipment MT-6352/VRC Best Estimated Quantity (BEQ): Year 1: 798 Year 2: 833 Year 3: 826 Year 4: 822 Year 5: 615 NSN: 5965-01-222-1420 Part Number: A3014065-1 Nomenclature: Loudspeaker-Control Unit, LS-671/VRC Best Estimated Quantity (BEQ): Year 1: 0 Year 2: 1255 Year 3: 1255 Year 4: 0 Year 5: 0 NSN: 5995-01-218-6466 Part Number: A3014035-4 Nomenclature: Cable Assembly, Special Purpose, Electrical CX-13290/VRC (22 FT, 0IN) Best Estimated Quantity (BEQ): Year 1: 4 Year 2: 4 Year 3: 4 Year 4: 0 Year 5: 0 NSN: 5995-01-219-4706 Part Number: A3014038-5 Nomenclature: Cable Assembly, Special Purpose, Electrical CX-13292/VRC (18FT, 0IN) Best Estimated Quantity (BEQ): Year 1: 33 Year 2: 35 Year 3: 35 Year 4: 23 Year 5: 0 NSN: 5995-01-300-9324 Part Number: A3014040-9 Nomenclature: Cable Assembly, Power, Electrical CX-13303/VRC (4FT, 6IN) Best Estimated Quantity (BEQ): Year 1: 1801 Year 2: 1943 Year 3: 1869 Year 4: 1869 Year 5: 653 NSN: 5995-01-382-6869 Part Number: A3014038-14 Nomenclature: Cable Assembly, Special Purpose, Electrical CX-13292/VRC (100FT, 0IN Best Estimated Quantity (BEQ): Year 1: 126 Year 2: 126 Year 3: 126 Year 4: 121 Year 5: 20 The minimum contract value for all award(s) single and combined is $19,134,798.61. The maximum contract value for all award(s) single and combined is $25,608,267.09. This is a five-year base contract and no option period of performance contract. The period of performance contract years will be incorporated in the award. This market survey is to locate the manufacturer(s) only for the Installation Kits (IKs) and the Associate Components in support of the Single Channel Ground and Airborne Radio System (SINCGARS) Radio Sets. SINCGARS is a family of Very High Frequency-Frequency Modulation (VHF-FM) combat net radios designed to provide the primary means of command and control for combat, combat support, and combat service support units. The SINCGARS radios provide a resistance to jamming via Electronic Counter-Countermeasures (ECCM). The SINCGARS family of radios has the capability to transmit and receive voice and digital data and is consistent with North Atlantic Treaty Organization (NATO) Interoperability requirements. SINCGARS is the primary soldier-to-soldier communications system and is one of the five major communications/data elements that provide seamless digital communications to the Army end user. SINCGARS IKs are designed to install a specified SINCGARS radio system into a specified vehicle. Each IK contains the different components depends on the SINCGARS radio configuration being installed with the specific IK(s). Most of the SINCGARS IKs contains Mounting Base, Electrical, MT-6352/VRC; Loudspeaker-Control Unit, LS-671/VRC; Antenna, Vehicular (High Voltage Center-Fed) AS-3900A/VRC, or Antenna, Vehicular (Survivable Low Profile), AS-3916/VRC; Handset, H-250/VCEB and Various Cable Assemblies, which are considered to be the major components of these IKs and the hardware. Some of them contain the mechanical parts and the hardware only. First Article Test (FAT) will be required for the SINCGARS IKs contain electronic components. FAT will be performed on the above-mentioned major components of the IKs, but not on the IK itself. The manufacturer(s) shall have capability to complete the FAT test successfully and commence the delivery within 12 months after the contract award. Proposals will be evaluated in accordance with the FAR 15.101-2 Lowest Price Technically Acceptable source selection process. Proposals must have a validity date of 180 days after close of the solicitation. To be considered for award an offeror must meet or exceed technical standards for the following non-price factors: 1) Supplies-Terms and Conditions, 2) Delivery, and 3) Past Performance. Contractor Performed First Article Testing (FAT) is applicable. For the SINCGARS Installation Kits (IKs), FAT is performed on the major components of the IKs, to include Mounting Base MT-6352/VRC, Loudspeaker - Control Unit LS-671/VRC, Antenna AS-3900A/VRC, Antenna AS-3916/VRC, Handset H-250/VCEB and the Various Cable Assemblies. The Contractor shall submit the first article test report within 270 calendar days from the date of this contract to the Contracting Officer, DLA Land at Aberdeen, 6565 Surveillance Loop, Room C1-301, Aberdeen Proving Ground, MD 21005-1846, DODAAC SPRBL1. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The Government does possess the technical data package (TDP) for the parts. The TDP is available for releaseupon request. This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States Department of State. A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP). Once your company has been verified to have active status in JCP, we will upload the TDPs that will be uploaded into DOD Safe Access File Exchange (SAFE). You will then receive an e-mail from the DOD SAFE site, https://safe.apps.mil/, with a link to the package ID and a password. See attached Full solicitation. Point of Contact: Secondary: Aaron.Yolles@dla.mil Primary: Keaneesha.a.Canady@dla.mil Amendment 0001 to complete for solicitation SPRBL1-26-R-0007 is needed to complete the following updates: 1. Correction to NSN 5985-01-590-7962 and P/N C5078302-1. The correct NSN is 5895-01-590-7962 and P/N PPL10705. 2. Extend the closing date of the solicitation to May 8, 2026. 3. Reminder: All proposals must adhere to the proposal requirements in Section L and M, to include information related to all cost and non-cost factors. Failure to provide all information requested in the solicitation may render the offeror's proposal non-responsive and preclude it from further consideration for the contract award. Amendment 0002 to solicitation SPRBL1-26-R-0007 is a place holder. Amendment 0003 to solicitation SPRBL1-26-R-0007 is to make the following changes: 1. NSN 5985-01-590-7960 has been corrected to NSN 5895-01-590-7960. NSN 5895-01-590-7962 nomenclature has been corrected to "Installation Kit, Electronic Equipment MK-3150/VRC, and NSN 6150-01-300-9324 have been corrected to NSN 5995-01-300-9324. Range quantity for NSN 5895-01-590-7960 has been updated to: QTY RANGE (1) 1-15 QTY RANGE (2) 16-30 QTY RANGE (3) 30-45 2. Extend the close date for Solicitation SPRBL1-26-R-0007 to May 22nd, 20226. Reference the updated attachment in Section J. 3. Except as provided herein, all other terms and conditions of the contract remain unchanged.

Contacts
Contact nameKeaneesha A. Canady
Contact emailkeaneesha.a.canady@dla.mil
Contact phone(443) 861-4529
Secondary contact nameAaron Yolles
Secondary contact emailaaron.d.yolles@dla.mil
Secondary contact phone(223) 797-7887
Same Region Opportunities

Custodial Services

Agency: Kent County Department of Public Works [MD]

Location: Maryland

NAICS: Not Provided

Reproductive Health Conference

Agency: Maryland Department of Aging, Maryland Emergency Management , Maryland Department of Health [MD]

Location: Maryland

NAICS: Not Provided