58--CONTROL,CONVERTER

SOL #: SPRPA126RXA86Pre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT PHILADELPHIA, PA
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
May 7, 2026
2
Response Deadline
Jun 22, 2026, 4:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Aviation at Philadelphia, PA intends to solicit and negotiate with a single source for CONTROL, CONVERTER (NSN 7R-5895-016862329-CB), quantity 9 EA. This is a Presolicitation notice, with a response date for interested parties of June 22, 2026. The proposed acquisition is 100% set aside for small business concerns.

Scope of Work

The requirement is for NSN 7R-5895-016862329-CB, REF NR D3647130-1, for 9 EA of CONTROL, CONVERTER. This part is flight-critical and requires engineering source approval by the design control activity. The Government intends to acquire this item from previously approved sources due to existing unique design capability, data rights, and manufacturing/repair knowledge not economically available to the Government. New sources must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. Offers from unapproved sources must include detailed information as specified in the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures (Spares or Repair, as applicable).

Contract & Timeline

  • Type: Presolicitation (Intent to Sole Source under FAR 6.302-1)
  • Set-Aside: 100% Small Business Set-Aside
  • Response Due: June 22, 2026
  • Published: May 7, 2026
  • FOB: Origin

Evaluation

This notice is an intent to solicit and negotiate with only one source. However, all responsible sources may identify their interest and capability or submit proposals/quotations/capability statements. Proposals received within 45 days of publication will be considered by the Government solely for the purpose of determining whether to conduct a competitive procurement. Failure to provide required source approval data will result in offers not being considered for award.

Additional Notes

Relevant NAVSUP WSS Source Approval Information Brochures and the Commercial Item Identification Brochure are available on the NAVSUP website. Military and Federal Specifications and Standards can be obtained from the DoD Single Stock Point (DODSSP) via ASSIST-Online.

People

Points of Contact

ISABELLA PERRINS, APBA.32, EMAIL ISABELLA.PERRINS@DLA.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 7, 2026