6150-01-478-4901; JZA; JOINT ASSAULT BRIDGE SYSTEM

SOL #: SPE4A626R0159Pre-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

Miscellaneous Electric Power And Distribution Equipment (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 11, 2026
2
Last Updated
Feb 25, 2026
3
Response Deadline
Mar 12, 2026, 7:00 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 Total Small Business Set-Aside Indefinite Quantity Contract (IQC) for Cable Assembly, Power (NSN: 6150-01-478-4901). This critical application item is subject to export control regulations. The solicitation is tentatively scheduled for release on March 12, 2026.

Scope of Work

This opportunity seeks to establish a 5-year IQC for the supply of Cable Assembly, Power, identified by NSN 6150-01-478-4901. Key requirements include:

  • Critical Application Item with Higher-Level Quality standards.
  • Export Control restrictions apply, governed by ITAR/EAR and DFARS 252.225-7048.
  • Surge Requirement is anticipated.
  • Required Delivery: 180 days from order.
  • Delivery Locations: Any facility in the Continental United States (CONUS).
  • Estimated Annual Demand (EAD): 618 units.

Contract & Timeline

  • Contract Type: Indefinite Quantity Contract (IQC)
  • Duration: 5 Base Years (no option years).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5). Only offers from small business concerns will be considered.
  • Terms: FOB Origin and Inspection/Acceptance Origin for DLA Direct.
  • Tentative Solicitation Release: March 12, 2026.
  • Published Date: February 25, 2026.

Evaluation & Submission

  • Pricing: Will be evaluated based on the Estimated Annual Demand (EAD) of 618 units. The Guaranteed Minimum will be specified in the solicitation.
  • Reverse Auction: This solicitation includes Procurement Notice L09, Reverse Auction. Offerors are encouraged to familiarize themselves with the Procurex system at https://dla.procurexinc.com.
  • Submission: Electronic proposals/quotes via DIBBS are unacceptable. Proposals must be submitted to the Bid Custodian.
  • Solicitation Access: A copy will be available on the DIBBS Homepage (https://www.dibbs.bsm.dla.mil) under "Request for Proposal (RFP)". Adobe Acrobat Reader is required. Paper copies will not be available.

Export Control Requirements

Access to technical data for this item is restricted. Contractors must:

  • Have an approved US/Canada Joint Certification Program (JCP) certification.
  • Complete the "Introduction to Proper Handling of DOD Export-Controlled Technical Data" training.
  • Complete the DLA Export-Controlled Technical Data Questionnaire.
  • Be approved by the DLA controlling authority.
  • Instructions for access are available at https://www.dla.mil/Logistics-Operations/Enhanced-Validation/.

People

Points of Contact

Patsy BedfordPRIMARY
Heidi LacosseSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Pre-Solicitation
Posted: Feb 25, 2026
Version 1
Sources Sought
Posted: Feb 11, 2026
View
6150-01-478-4901; JZA; JOINT ASSAULT BRIDGE SYSTEM | GovScope