5995-01-632-6581; F2A; BFT TOC KIT AN/GYK-62 MODELS (Models E&F)

SOL #: SPE4A626R0143Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION
RICHMOND, VA, 23237, United States

Place of Performance

Richmond, VA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

Cable, Cord, And Wire Assemblies: Communication Equipment (5995)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 2, 2026
3
Response Deadline
Feb 17, 2026, 8:00 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 is issuing a Presolicitation for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to establish an Indefinite Quantity Contract (IQC) for F2A; BFT TOC KIT AN/GYK-62 MODELS (Models E&F), specifically NSN 5995-01-632-6581 CABLE ASSEMBLY, SPEC. This is a critical application item with export control and higher-level quality requirements, and a surge requirement. The solicitation is tentatively scheduled for release on February 17, 2026.

Scope of Work

This opportunity requires the supply of NSN 5995-01-632-6581 CABLE ASSEMBLY, SPEC. Key requirements include:

  • Critical Application Item
  • Export Control (ITAR/EAR) and Higher-Level Quality Requirements
  • Surge Requirement
  • Required Delivery: 233 days to any facility in the Continental United States.
  • Terms: FOB Origin and Inspection/Acceptance Origin for DLA Direct.

Contract & Timeline

  • Type: Indefinite Quantity Contract (IQC)
  • Duration: 5-year base period with no options.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS: 334419
  • Estimated Annual Demand (EAD): 914 each (for pricing evaluation). The Guaranteed Minimum will be cited in the solicitation.
  • Solicitation Release (Tentative): February 17, 2026
  • Published Date: February 2, 2026

Eligibility & Submission

  • Approved Sources Only: Proposals will only be considered from vendors proposing the approved sources: DCX-CHOL ENTERPRISES, INC. (4P070), DRS NETWORK & IMAGING SYSTEMS, LLC (1RWE7), or ACE ELECTRONICS DEFENSE SYSTEMS, LLC (5TWH2).
  • Export Control Data: Access to technical data requires an approved US/Canada Joint Certification Program (JCP) certification, completion of DLA's "Introduction to Proper Handling of DOD Export-Controlled Technical Data" training, and DLA approval. Instructions are available at https://www.dla.mil/Logistics-Operations/Enhanced-Validation/.
  • Reverse Auction: This solicitation includes Procurement Notice L09, Reverse Auction. Offerors are encouraged to review tutorials at https/dla.procurexinc.com.
  • Submission: Electronic (DIBBS) proposals/quotes are unacceptable. Proposals must be submitted to the Bid Custodian. The solicitation will be available on the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil) under "Request for Proposal (RFP)".

Contact Information

People

Points of Contact

Patsy BedfordPRIMARY
Heidi LacosseSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Pre-Solicitation
Posted: Feb 2, 2026
Version 1
Sources Sought
Posted: Jan 27, 2026
View
5995-01-632-6581; F2A; BFT TOC KIT AN/GYK-62 MODELS (Models E&F) | GovScope