CIRCUIT CARD ASSEMB
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 at Philadelphia, PA has issued a solicitation for the repair, testing, and inspection of CIRCUIT CARD ASSEMB (NSN 5998 013129488, P/N 4031005-915). This opportunity requires contractors to return units to a serviceable, Ready For Issue (RFI) condition. The synopsis for this solicitation was waived due to urgency. Proposals are due April 6, 2026.
Scope of Work
This solicitation covers the overhaul, upgrade, repair, testing, and inspection of specific circuit card assemblies. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key aspects include:
- Repair and Testing: Performing inspection, component repair and replacement, reassembly, and testing to return items to RFI condition.
- Material Requirements: Use of newly manufactured spares only, unless for P-8/P-3 Platform Commercial Items with FAA certification. Refurbished, remanufactured, or repaired materials are not acceptable.
- Prohibited Materials: MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead.
- Quality Assurance: Establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Configuration Management: Adherence to NAVSUP WSS configuration management clause NAVICPIA18. The contractor must specify their repair facility and location.
- Special Conditions: Procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed, requiring specific approvals from DCMA and the Procuring Contracting Officer (PCO).
Contract & Timeline
- Type: Solicitation
- Set-Aside: None
- Response Due: April 6, 2026, 8:30 PM EDT
- Published: March 6, 2026
Key Requirements & Submission
- Source of Supply: Offerors not government-approved sources of supply will be deemed technically unacceptable. Distributors of approved sources must submit an authorized distributor letter.
- IUID Exemption: The DFARS 252.211-7003 "Item Unique Identification and Valuation" clause is deleted for these non-CLSSA FMS spares, as they are for FMS customer countries and will not enter the DoD supply chain.
- Critical Safety Items (CSI): DFARS clause 252.209-7010 is incorporated by reference.
- Contractor Business Systems: DFARS clause 252.242-7005 is incorporated by reference, as applicable.
- Proposal Submission: Electronic versions of proposals should be emailed to GINA.PALUMBO@DLA.MIL in lieu of facsimile.