5995-01-548-5758; Z9N; AIRCRAFT, FA-18, A-D, E/F, G (GROWLER)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 is issuing a Presolicitation for a Total Small Business set-aside Indefinite Quantity Contract (IQC) for Cable Assembly, Specific (NSN 5995-01-548-5758), a critical application item for FA-18 aircraft. This opportunity is exclusively for seven pre-approved sources. The solicitation is tentatively scheduled for release on April 28, 2026.
Scope of Work
This IQC will establish a supply chain for Cable Assembly, Specific (NSN 5995-01-548-5758), which is designated as a critical application item with export control restrictions. The requirement includes higher-level quality, government FAT/PLT requirements, and surge capability. Required delivery is 999 days to facilities within the Continental United States.
Contract & Timeline
- Type: Indefinite Quantity Contract (IQC)
- Duration: 5 Base Years (no options)
- Set-Aside: Total Small Business
- NAICS: 334419
- Product Service Code: 5995 (Cable, Cord, And Wire Assemblies: Communication Equipment)
- Tentative Solicitation Release: April 28, 2026
- Published: April 10, 2026
Eligibility & Requirements
This opportunity is restricted to the following approved sources: VERMILLION INCORPORATED (25714), VERTEX MODERNIZATION AND SUSTAINMENT (072E5), AIRTRONICS, LLC (58078), CENTROID, INC. (21856), MARVIN ENGINEERING CO, INC (32067), DCX-CHOL ENTERPRISES, INC (27456), and NEWVAC LLC (60118). The item is subject to export control (ITAR/EAR), requiring DLA contractors to have an approved US/Canada Joint Certification Program (JCP) certification, complete specific DLA training, and be approved by the DLA controlling authority to access technical data.
Additional Notes
Pricing will be evaluated based on an Estimated Annual Demand (EAD) of 1371 units. Terms are FOB Origin and Inspection/Acceptance Origin for DLA Direct. A Reverse Auction may be conducted, and offerors are encouraged to familiarize themselves with the Procurex system. Proposals must be submitted to the Bid Custodian; electronic DIBBS proposals are unacceptable. The solicitation will be available on the DIBBS website.