Control Alarm
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 Department of Defense, Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, on behalf of the United States Air Force (422nd SCMS), has issued a Sources Sought Synopsis for market research to identify potential sources for the new manufacture of Control Alarm units (Part Number 20-305010-011, NSN 6340-01-424-2108FW). This is not a solicitation, but an effort to determine the acquisition strategy and potential for set-asides. Responses are due by February 17, 2026.
Scope of Work
The primary requirement is the new manufacture of three (3) units of the specified Control Alarm. Potential sources must be capable of providing all necessary labor, materials, facilities, and equipment for new manufacturing, including component parts, inspection, testing, preservation/packaging, and shipping. Additional responsibilities may encompass supply chain management, logistics planning, forecasting, long-lead time parts procurement, addressing diminishing manufacturing sources, material shortage issues, and shipping serviceable assets. Potential sources may also be responsible for nonrecurring engineering costs. This effort focuses solely on new spares procurement and does not include a repair requirement.
Contract & Timeline
- Type: Sources Sought / Market Research
- Product Service Code: 6340 (Aircraft Alarm And Signal Systems)
- Estimated Requirement: 3 units
- Set-Aside: None specified at this stage; market research will inform potential set-asides. Government is interested in all business sizes.
- Response Due: February 17, 2026, at 05:59 AM UTC.
- Published: February 9, 2026.
Submission & Evaluation
Interested sources should select "ADD ME TO INTERESTED VENDORS" on SAM.gov. Responses should include specific business information as requested in Part I of the document. The government is interested in responses from all business sizes, including Large Business, Small Business, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. The market research will help determine the acquisition strategy, including potential set-asides.
Technical Data & Source Approval
Potential sources are required to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. QRs and Engineering Data List (EDL), if applicable, are attached or referenced. Requests for Engineering Drawings should be submitted via email to ocalc.lgldo.public@us.af.mil. SAR package submission is electronic via DoD SAFE. Questions regarding the SAR process should be directed to the AFSC Small Business Office.
Contact Information
- Organization: 422nd SCMS, Supply Chain Management Squadron
- Email: 422.scms.afmc.rfi@us.af.mil