CONTROL UNIT,AIRCRA
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, under the Department of Defense, has issued a Solicitation for CONTROL UNIT, AIRCRA. This opportunity seeks suppliers for miscellaneous aircraft accessories and components. Key requirements include providing FAA-Certified parts with an FAA Form 8130-3 Airworthy Approval Tag and ensuring all spares are newly manufactured. Offers are due by May 11, 2026.
Scope of Work
This solicitation is for the procurement of aircraft control units, classified as a Critical Application Item (CAI). Suppliers must provide FAA-Certified parts that possess an FAA Authorized Release Certificate (FAA Form 8130-3 Airworthy Approval Tag). Only newly manufactured spares will be accepted; refurbished, remanufactured, or repaired materials are ineligible for award. Government inspection and acceptance will be conducted at the source, incorporating DLAD clause 52.?-9004, Product Verification Testing.
Contract & Timeline
- Opportunity Type: Solicitation
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Set-Aside: None specified
- Response Due: May 11, 2026, 8:30 PM EDT
- Published: May 6, 2026, 6:54 PM EDT
- Issuing Office: DLA Aviation at Philadelphia, PA
Specific Requirements & Clauses
- Source Approval: Offers from non-government-approved sources are technically unacceptable. Distributors of approved sources must submit an authorized distributor letter on source letterhead to the buyer at the time of proposal submission.
- Quality: Higher-Level Contract Quality Requirement (AS/EN/JISQ 9100 or equivalent) applies.
- Warranty: 12 months, 45 days after discovery of defect.
- Payment: Wide Area Workflow (WAWF) payment instructions specify Invoice and Receiving Report (Combo), Invoice 2in1.
- IUID: Item Unique Identification and Valuation (IUID) is not required for these commercial items, specifically non-CLSSA FMS spares, as they are owned by FMS customer countries and will not enter the DoD supply chain.
- Drawings: Drawings are not available for this Request For Quote.
- Applicable Clauses: Includes BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC, SECURITY PROHIBITIONS AND EXCLUSIONS, and MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE.
Evaluation
Evaluation will consider compliance with all technical requirements, including the provision of FAA-Certified, newly manufactured parts from approved sources. Offers failing to meet these criteria will be deemed technically unacceptable.
Additional Notes
This solicitation is issued under EAF Authority (formerly SEPA). For FMS delivery, instructions include CASE: EZ-P-GAH and TAC P76B, N52211.71.