5995-01-632-6583; F2A; BFT TOC KIT AN/GYK-62 MODELS (Models E&F)
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 NSN 5995-01-632-6583; F2A; BFT TOC KIT AN/GYK-62 MODELS (Models E&F). This opportunity is exclusively for approved sources and involves export-controlled technical data. The solicitation is tentatively scheduled for release on March 30, 2026.
Scope of Work
This requirement is for Cable Assembly, Spec, identified as a Critical Application Item with a Surge Requirement. The NAICS code is 334419. Required delivery is 234 days to any facility in the Continental United States. Pricing will be evaluated based on an Estimated Annual Demand (EAD) of 516 each.
Contract & Timeline
- Type: Indefinite Quantity Contract (IQC)
- Duration: 5 Base Years (no options)
- Set-Aside: Total Small Business
- FOB Terms: FOB Origin
- Inspection/Acceptance: Origin for DLA Direct
- Solicitation Release (Tentative): March 30, 2026
Key Requirements & Restrictions
Only proposals from the APPROVED SOURCES of VERMILLION INCORPORATED (25714), DCX-CHOL ENTERPRISES, INC (27456), DRS NETWORK & IMAGING SYSTEMS, LLC (1RWE7), and ACE ELECTRONICS DEFENSE SYSTEMS, LLC (5TWH2) will be considered. This item involves export-controlled technical data subject to ITAR or EAR, requiring prior authorization for export. DFARS 252.225-7048 is applicable. Access to this data is limited to DLA contractors with an approved US/Canada Joint Certification Program (JCP) certification, completion of specific DLA training, and DLA approval.
Submission & Evaluation
This solicitation includes Procurement Notice L09, Reverse Auction. Offerors are encouraged to review Procurex system tutorials for auction participation. Electronic (DIBBS) proposals/quotes are unacceptable; proposals must be submitted to the Bid Custodian. The solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil) under "Request for Proposal (RFP)". A paper copy will not be available.