Skip to content
Department of Defense

VDATS NSN: 6625-01-680-2186 P/N: 780143-01

Solicitation: SPRWA126VDATS
Notice ID: 6ed2e46a2c104f1abfd576b3178c8c06

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 20, 2026. Industry: PSC 6625.

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: SPRWA126VDATS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,698,967,309
Sector total $68,698,967,309 • Share 100.0%
Live
Median
$247,910
P10–P90
$30,429$10,909,709
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($68,698,967,309)
Deal sizing
$247,910 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 GA
Live POP
Place of performance
Not listed
State: GA
Contracting office
Robins A F B, GA • 31098-1813 USA

Point of Contact

Name
Megan Peacock
Email
meagan.peacock.3@us.af.mil
Phone
3144722276
Name
April Walls
Email
april.walls@us.af.mil
Phone
4789263548

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION WARNER ROBINS • DLA AVIATION AT WARNER ROBINS, GA
Contracting Office Address
Robins A F B, GA
31098-1813 USA

Description

Sources Sought for Versatile Digital to Analog Test Station (VDATS)

NSN 6625-01-680-2186KV

(Intent to Purchase on Sole-Source Basis)

FROM:  Meagan Peacock Edge, 410 SCMS/GULA

TO:     DLA Weapon Support (SPRWA1)

LOCATION:  Robins AFB, GA 31098-1813

FBO Post Title:  Intend sole-source purchase of VDATS NSN 6625-01-680-2186KV, Part Number (PN) below:

NSN: 6625-01-680-2186KV

Part Number: 780143-01

SYSTEM: VDATS

SUBJECT:

Market research is being conducted to identify potential sources that may possess the data, expertise, capabilities, and experience to meet the requirements for qualification and production of the VDATS NSN/PN listed above.

ITEM DESCRIPTION:

The above listed NSN/PN is a Test Controller used on the VDATS tester. The VXI MXI-Express Controller links the system controller Peripheral Component Interconnect (PCI) bus to the VME Extensions for Instrumentation (VXI) bus using a high-speed Multisystem Extension Interface (MXI)-Express x1 bus. This controller is located in the system controller and provides a means to communicate with the VXI Chassis via the MXI cable.

IMPEDIMENT TO COMPETITION:

The original equipment manufacturer for this item is National Instruments. The Government does not own any data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, National Instruments is the only known source with adequate knowledge of the performance requirements and possession of the required technical data, drawings, facilities, and expertise needed to produce these items and ensure form-fit-function interface and system compatibility. 

INTEREST:

The DLA Contracting Office intends to award a sole source contract to National Instruments for the manufacture of the above listed NSN/PN in support of the VDATS Program. The NSN/part above cannot be broken into multiple sub-groups for bidding. Other interested parties may respond to the requirement no later than February 20, 2026 to Meagan Peacock Edge via email (meagan.edge.1@us.af.mil). The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

DISCLAIMER:

This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.

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.