Skip to content
Department of Defense

Sources Sought Announcement (SSA) for Procurement of CABLE ASSEMBLY, FIBER OPTIC, BRANCHED (NSN 6020-01-587-2158) and, CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL (NSN 5995-01-564-2112) used in the WIN-T INC 1 system.

Solicitation: DLA-Aberdeen-26-024
Notice ID: ab423f74374f4793a0a6f64aebb51d7b

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 19, 2026. Industry: NAICS 335921 • PSC 6020.

Market snapshot

Awarded-market signal for NAICS 335921 (last 12 months), benchmarked to sector 33.

12-month awarded value
$894,190
Sector total $20,354,308,656 • Share 0.0%
Live
Median
$894,190
P10–P90
$894,190$894,190
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($894,190)
Deal sizing
$894,190 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

Point of Contact

Name
Joseph Weisenberger
Email
joseph.weisenberger3.ctr@army.mil
Phone
Not available
Name
Sandra Pasko
Email
sandra.l.pasko.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 335921

Description

This Sources Sought Announcement (SSA) shall NOT be construed as an Invitation for Bid or Request for Proposal (RFP) or as an obligation on the part of the U.S Government (USG) to acquire any products or services. It is for planning purposes only. Responses to this SSA will be treated as information only and may be used by the U.S Army in developing its acquisition strategy, Performance Work Statement, etc. if a firm requirement is identified. No entitlement to payment of direct or indirect costs or charges to the USG shall arise as a result of a Contractor or Source submission of information with responses to this SSA or the USG use of such information. NO funds have been authorized, appropriated, or received for award of a contract at this time.

USG CANNOT guarantee specific requirement for production of Line Replaceable Units (LRUs). It is highly encouraged that interested sources capable of supplying these items submit their best economic range quantity to achieve manufacture cost savings as part of responses to this announcement.

Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design are not available from the Army.

The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) – Supply Chain Management Directorate (SCMD) – Strategic Sourcing Directorate (SSD), intends to acquire Parts to support the Warfighter Information Network – Tactical Increment 1 (WIN-T INC 1).

Requirements Description:

These parts are essential elements to the WIN-T INC 1 fleet of systems.

The Government DOES possess the technical data package (TDP) for NIIN 01-564-2112. The TDP is available for release. The TDP includes level 3. production information. 

The Government DOES NOT possess the technical data package (TDP) for NIIN 01-587-2158.

The following additional NAICS apply:
334515

Items and/or Services to Be Procured:

NSN: 5985015642112

NOMENCLATURE: CABLE ASSEMBLY,SPEC

PART NUMBER: A3179585-1

CAGE: 80063

NSN: 6020015872158

NOMENCLATURE: CABLE ASSEMBLY,FIBE

PART NUMBER: 09-2799480-601

CAGE: 67032

Requested Response Information:

We request that sources who can manufacture the listed parts to submit information to show their capability to manufacture the same or similar parts. 

At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire,

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 a 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 2/19/2026

Technical Point of Contact: C5ISR ESI - joseph.weisenberger3.ctr@army.mil

Secondary Point of Contact: sandra.l.pasko.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.