Skip to content
Department of Defense

Sensor, Gimbal GS207

Solicitation: SPRDL1-26-R-0087
Notice ID: f4a3032ee13b42ebb56170496057d037
TypeSources SoughtNAICS 333310PSC5836Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedApr 01, 2026, 12:00 AM UTCDueApr 15, 2026, 05:00 PM UTCCloses in 6 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 15, 2026. Industry: NAICS 333310 • PSC 5836.

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: SPRDL1-26-R-0087. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333310 (last 12 months), benchmarked to sector 33.

12-month awarded value
$57,560,057
Sector total $52,169,347,256 • Share 0.1%
Live
Median
$97,968
P10–P90
$33,315$434,845
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)
+74%($15,615,751)
Deal sizing
$97,968 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 →
Live POP
Place of performance
United States
Contracting office
Warren, MI • 48397 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Sabrina Krafft
Email
sabrina.krafft@dla.mil
Phone
5864671177

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND WARREN MICHIGAN • DLA LAND WARREN
Contracting Office Address
Warren, MI
48397 USA

More in NAICS 333310

Description

                                                 Sources Sought Notice

1.0 Introduction

DLA Weapons Support (Warren) is conducting a Sources Sought/Request for Information to identify potential sources capable of supplying the Sensor, Gimbal GS207.

This is NOT a formal solicitation notice. This Sources Sought is for informational purposes only and is not a request for proposals.

2.0 Item Description

Item Name:  Sensor, Gimbal GS207

National Stock Number (NSN):  7002925-7

Manufacture Part Number – There is No TDP associated with this item

Source Controlled: DRS Network & Imaging Systems LLC.

CAGE: 1JNU9

End Item: Assault Breacher Vehicle (ABV)

3.0 Contract Type:

Firm Fixed Price (FFP)

5 Year Long-Term Contract

Guaranteed Minimum Quantity: 43 EA

*Guaranteed minimum quantity will be the first delivery order quantity*

Maximum Quantity:  154 EA

4.0 Delivery Information

FOB:  Destination

Delivery Schedule:  300 Days After Award

5.0 Information Requested

Interested companies capable of providing the Sensor, Gimbal GS207 are requested to submit the following information:

  • Company Name and Address
  • Point of Contact (Name, Title, Phone Number, Email Address)
  • CAGE Code:
  • Business Size:
  • Brief Capability Statement: Describe your company’s experience in manufacturing similar components for military applications.
  • Manufacturing Capabilities: Detail your company’s manufacturing capabilities related to this item (e.g., machining, casting, assembly).
  • Quality System Certification: Provide documentation demonstrating compliance with ISO 9001:2015 or equivalent.
  • Lead Time: Estimated lead time for delivery of the first article and subsequent production units.
  • Estimated Cost: Rough Order of Magnitude (ROM) cost estimate for a quantity of (Qty) EA.

*Please note if there are payment discounts, quantity discounts, etc.

*If you are providing the item from the OEM, traceability documents will be required*

6.0 Submission Instructions

All responses shall be submitted electronically to Sabrina Krafft, Sabrina.krafft@dla.mil, no later than 15 April 2026.

7.0 Disclaimer

THIS IS A SOURCES SOUGHT ONLY to identify sources that can provide the Sensor, Gimbal GS207 listed above.  The information provided in the Sources Sought is subject to change and is not binding on the Government.  The Defense Logistics Agency – Weapons Support (Warren), has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought.

EXPORT CONTROLLED

Joint Certification Program (EXPORT CONTROL)

You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dla.mil/Logistics-Operations/Services/JCP/) to be granted access to the technical data (TDP) for this solicitation, via Contract Opportunities (www.sam.gov).  To register, or to re-register, please select the DD Form 2345 link from the Joint Certification  Program (JCP) Home page (https://www.dla.mil/Logistics-Operations/Services/JCP/) and follow the instructions for completion, noting the  required documentation to submit with the form. Mail the Form 2345, along with the required documentation to the address is provided on form; it CANNOT be faxed or emailed.  The process should take no more than one week for you to be certified or denied for approval under the JCP.  If you encounter problems, please contact JCP at 1-877-352-2255 or via email at JCP-ADMIN@DLA.MIL or dlacontactcenter@dla.mil.  Your firm must request access to the TDP in Contract Opportunities (www.sam.gov) in addition to submitting the above form in order to be granted access to the TDP. Once these requirements have successfully been completed, you will be granted access to the TDP.  If you do not have access to Contract Opportunities, recommend you register as soon as possible

Information for becoming an Approved Source:

Additional Information:
Source Approval Program
https://www.tacom.army.mil/cmo/sap.html

Source Approval Program – What is it?
https://www.tacom.army.mil/cmo/sap_what.html

Source Approval Request (SAR) Package Requirements
https://www.tacom.army.mil/cmo/sap_sar.html

Point of Contact:
Title: Source Approval Officer
Email: usarmy.detroit.tacom.mbx.lcmc‐market‐surveys@mail.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.