Skip to content
Department of Defense

Sources Sought (SS) Announcement for Terrestrial Transmission Line-Of-Sight (TRILOS) hardware, NSN 5995-20-009-3762 – CABLE ASSEMBLY AND REEL, 50M

Solicitation: DLA-Aberdeen-26-037
Notice ID: 132f77f4e86447a49b3f3b6a10afa4f0
TypeSources SoughtNAICS 334220PSC5995Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateMDPostedMar 26, 2026, 12:00 AM UTCDueApr 10, 2026, 09:00 PM UTCCloses in 3 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 10, 2026. Industry: NAICS 334220 • PSC 5995.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: DLA-ABERDEEN-26-037. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,990,039
Sector total $51,860,703,287 • Share 0.1%
Live
Median
$63,327
P10–P90
$39,957$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-6%(-$966,631)
Deal sizing
$63,327 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Aber Prov Grd, MD • 21005 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Mark Krivansky
Email
mark.e.krivansky.civ@army.mil
Phone
Not available
Name
Joseph Fellner
Email
joseph.m.fellner.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND ABERDEEN • DLA LAND AT ABERDEEN
Contracting Office Address
Aber Prov Grd, MD
21005 USA

More in NAICS 334220

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 sustain the primary SoT systems: Terrestrial Transmission Line-Of-Sight (TRILOS). 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 Terrestrial Transmission Line-Of-Sight (TRILOS) system:

  • 5995- 20-009-3762- CABLE ASSEMBLY AND REEL-50M

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 TRILOS 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:

THE GOVERNMENT DOES NOT OWN THE TDP.

NSN: 5995-20-009-3762
NOMENCLATURE: CABLE ASSEMBLY and REEL, 50M
PART NUMBER: 617-817245-050
CAGE: L1084

Vender Response Information: 

In your response, please include your company name, CAGE code, and a technical point of contact 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. Please direct all inquiries regarding this action to the Technical Point of Contact and the DLA Aberdeen Small Business Office via email. Telephone inquiries will not be accepted."

Please submit responses by 4/10/2026

Technical Point of Contact: mark.e.krivansky.civ@army.mil, and joseph.m.fellner.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
 

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.