- 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
Sources Sought Announcement for Procurement of Spare Component for Common Sensor Payload (AN/AAS-53A), NSN 5855-01-641-5099
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 17, 2026. Industry: NAICS 334511 • PSC 5855.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334511
Description
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 SC – Common (Airborne) Sensor Payload, NSN 5855-01-641-5099. The original equipment manufacturer (OEM) is Raytheon Company (McKinney, TX), producer of the Multi – Spectral Targeting System product line of sensors.
Requirements Description:
The CSP is a turreted, multi-sensor, Electro-Optic Infrared Sensor with a Laser Designator designed to provide the user with day/night imaging capabilities for reconnaissance, intelligence, surveillance, target acquisition, and target designation. The CSP’s capabilities consist of, but are not limited to; operating day or night in all weather and at various altitudes, detecting and recognizing operationally meaningful targets at survivable standoff ranges, providing the location coordinates and auto tracking of designated targets, displaying continuous high resolution imagery, and deliver ordinance within acceptable targeting parameters from a manned or unmanned aerial platform. The component looking to be procured is the Non-Uniformity Correction Assembly, NSN 3040-01-666-6471, and is used to smooth out the image in the IR image.
The Government does possess some of the technical data package (TDP) for the parts. The TDP is not available for release. The TDP includes level 2. developmental information.
Items and/or Services to Be Procured:
NSN: 3040-01-666-6471
NOMENCLATURE: ACTUATOR,MECHANICAL,NONAIRCRAFT
PART NUMBER: 6631588-2
CAGE: 96214
Requested Response Information:
We request that sources who can supply the listed parts or services to submit information to show they have the capability to supply the above components of the Common Sensor Payload. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire, drawings, test results, information on previous Government and commercial contracts held, data rights, etc.
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 4/17/2026
Technical Point of Contact: Dalton.j.butterfield.civ@army.mil
Secondary Point of Contact: Philip.j.winter.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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.