58--CONVERTER,FREQUENCY

SOL #: SPRPA125REE26Pre-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 14, 2026
2
Last Updated
May 14, 2026
3
Response Deadline
Jun 15, 2026, 6:00 PM

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 award a sole-source contract for 22 EA of NSN 7R-5895-016900881-CB Converters, Frequency. This presolicitation notice indicates the Government's intent to negotiate with only one source under FAR 6.302-1 due to the item's flight-critical nature and proprietary technical data.

Scope of Work

This requirement is for 22 units of NSN 7R-5895-016900881-CB Converters, Frequency, with delivery FOB Origin. The item is flight critical and requires engineering source approval by the design control activity to maintain quality. Existing approved sources retain data rights and manufacturing knowledge not economically available to the Government.

Contract & Timeline

  • Type: Presolicitation, intent to award sole-source (FAR 6.302-1)
  • Set-Aside: None specified
  • Response Due: June 15, 2026 (for interested parties to identify capability or submit proposals)
  • Published: May 14, 2026

Source Approval & Evaluation

The Government will consider proposals from all responsible sources received by the response date. However, only previously approved sources have been solicited. Alternate sources must qualify in accordance with the design control activity's procedures, approved by the cognizant Government engineering activity. Information for source approval can be found in the NAVSUP Weapon Systems Support (WSS) Source Approval Information Brochures (links provided in the original notice). Offers from unapproved sources must include the required source approval data; failure to do so will result in non-consideration. The Government reserves the right to proceed with award based on Fleet support needs if new source approval cannot be processed in time.

Additional Notes

This notice is not a request for competitive proposals. The Government's decision not to compete is at its sole discretion. Information received will primarily determine if a competitive procurement is feasible. The Government is not using FAR Part 12 (Acquisition of Commercial Items) for this solicitation. Drawings are not available.

People

Points of Contact

AISHA J. VARNADORE, APAB.26, EMAIL AISHA.VARNADORE@DLA.MILPRIMARY

Files

Files

View
View

Versions

Version 2
Solicitation
Posted: May 14, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: May 14, 2026