CLOCK PANEL, NSN: 6645-01-520-3319RK, ALT NSN: 6645-01-398-9100RK, PN: DNM-100-150, ALT PN: DNM-100-150-06
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 Oklahoma City has issued an amendment to a solicitation for Clock Panels (NSN: 6645-01-520-3319RK). This opportunity seeks new manufacture, first articles, and new/unused government or commercial surplus clock panels. The acquisition is a Small Business Set-Aside. Proposals are now due June 5, 2026, at 4:00 PM CT.
Scope of Work
This solicitation covers the procurement of Clock Panels, including:
- New Manufacture: Requires specific first article testing and reporting.
- First Articles: Includes submission of a Test Plan (Item 0001AA) and a Test Report (Item 0001AB) within 180 calendar days, along with non-destructive testing (Item 0001AC) for 3 units.
- Production Units: For new manufacture (Item 0001AD) and new manufacture without first articles (Item 0001AE).
- Surplus Options: New/unused government surplus (Item 0002AA) and new/unused commercial surplus (Item 0002AB) clock panels.
Key Requirements
- First Article Testing: Requires 3 units for testing, manufactured at the contractor's facility. Testing must adhere to MIL-PRF-32144, with a government-approved test plan within 30 days. Approved first articles will be installed on aircraft/equipment. Waivers may be possible for offerors with prior satisfactory performance.
- Data Deliverables (CDRL): Contractors must submit a "First Article Qualification Test Plan and Procedures" (Data Item A001) and a "First Article Inspection Test Report" (Data Item A002). These must be on ISO-10149 compliant CD-ROM in Adobe Acrobat PDF. Government approval/disapproval is due 90 days after receipt.
- IUID: Unique Item Identification is required for delivered items, adhering to DFARS 252.211.7003 and MIL-STD-130.
- Export Control: Offerors must be "EXPORT CONTROLLED" certified to view associated drawings.
- Packaging: Requires "MIL Long Line Packaging" per MIL-STD-129 and MIL-STD-2073-1, including ISPM No. 15 compliant Wood Packaging Material (WPM). Unit pack details are specified (2.35 lbs, 6.3x5.3x4.0 inches).
- Transportation: F.O.B. Origin or Destination, with specific clauses and ship-to details for DLA Distribution Depot Oklahoma and Tinker AFB.
Contract & Timeline
- Contract Type: Firm Fixed Price for all line items.
- Set-Aside: Total Small Business.
- Response Due: June 5, 2026, at 4:00 PM (CT).
- Published Date: May 5, 2026.
- Agency: DLA Aviation at Oklahoma City, OK.
- Place of Performance: Collegeville, PA.
Submission & Evaluation
Offers must be signed, dated, and include specific information as outlined in FAR 52.212-1. Evaluation criteria include price, technical compliance, and past performance. Payment requests and receiving reports will be processed via Wide Area Workflow (WAWF).
Contact Information
For inquiries, contact John Nolan at john.nolan.8@us.af.mil or 385-591-1668.