6150-01-492-7110; 19F; AIRCRAFT, EAGLE F-15
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, SPEC (NSN: 6150-01-492-7110), designated for the F-15 Eagle Aircraft. This is a critical application item with export control restrictions and higher-level quality requirements, including Government First Article Testing (GFAT). The solicitation is tentatively scheduled for release on February 16, 2026, with responses due the same day.
Scope of Work
This opportunity is for the procurement of NSN: 6150-01-492-7110; CABLE ASSEMBLY, SPEC. Key requirements include:
- Critical Application Item
- Export Control restrictions apply to technical data.
- Higher-Level Quality standards.
- Government First Article Testing (GFAT) is required.
- Surge Requirement under NAICS 334419.
- Required Delivery: 390 days for production after GFAT approval.
- Delivery Locations: Any facility in the Continental United States as cited on each delivery order.
Contract & Timeline
- Contract Type: Indefinite Quantity Contract (IQC)
- Duration: 5 Base Years with no option years, totaling five years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). Only offers from small business concerns will be considered.
- Solicitation Release: Tentatively February 16, 2026.
- Response Due: February 16, 2026, by 8:00 PM EST.
- Pricing: Evaluated on an Estimated Annual Demand (EAD) of 78 EA. The Guaranteed Minimum will be specified in the solicitation.
- Terms: FOB Origin and Inspection/Acceptance Origin for DLA Direct.
Additional Notes
- Export Control: Technical data is subject to ITAR or EAR. Export, including disclosure to foreign persons, requires prior authorization. DFARS 252.225-7048 is applicable. Access to export-controlled data is limited to DLA contractors with approved US/Canada Joint Certification Program (JCP) certification, completion of specific training, and DLA approval. Instructions for access are available at
https://www.dla.mil/Logistics-Operations/Enhanced-Validation/. - Reverse Auction: Procurement Notice L09 indicates a Reverse Auction may be conducted. Offerors are encouraged to review tutorials on the Procurex system (
https://dla.procurexinc.com). - Proposal Submission: 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)". No paper copies will be available.
Contact Information
- Primary: Patsy Bedford (
patsy.bedford@dla.mil, 4457377058) - Secondary: Heidi Lacosse (
Heidi.Lacosse@dla.mil, 8043162631)