CONTROLLER,DATA ENT
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 is issuing a solicitation for the procurement of "CONTROLLER,DATA ENT" as commercial products. This procurement is being conducted under Expedited Acquisition Authority (EAF), with the synopsis waived due to urgency. Offers are sought for new, unused stock from Original Equipment Manufacturers (OEMs) or government-approved sources. Proposals are due by March 2, 2026, at 6:00 PM UTC.
Scope of Work
This opportunity is for the supply of "CONTROLLER,DATA ENT" items. Key requirements include:
- Commercial Products: Procurement of commercial items.
- Source Requirements: Offers must be for new, unused stock from the OEM or government-approved sources. Distributors must provide an authorized distributor letter on the source's letterhead at the time of proposal submittal.
- Material Condition: Only newly manufactured spares are acceptable. Refurbished, remanufactured, or repaired material will be deemed technically unacceptable.
- Critical Safety Items (CSI): DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference.
- Quality Requirements: A higher-level contract quality requirement (AS/EN/JISQ 9100 or equivalent) applies.
- Warranty: A 12-month warranty is required, with 45 days after discovery of defect for notification.
Contract & Timeline
- Type: Solicitation for Commercial Product Procurement.
- Set-Aside: None specified in the dedicated tag. However, a Small Business Subcontracting Plan (JAN 2025) clause is incorporated, indicating potential requirements for large businesses.
- Response Due: March 2, 2026, 6:00 PM UTC.
- Published: January 29, 2026.
Evaluation
Offers received from sources that are not government-approved or for refurbished/remanufactured/repaired material will be deemed technically unacceptable and ineligible for award. Compliance with all specified clauses, including those for Critical Safety Items and quality, is essential.
Additional Notes
- Submission: Proposals, in electronic version, must be emailed to NIKOLIN.TOROVECI@DLA.MIL. Facsimile proposals are not accepted.
- Payment: Wide Area WorkFlow (WAWF) payment instructions apply, requiring Invoice and Receiving Report (Combo) or Invoice 2in1.
- Compliance: Various clauses are incorporated by reference, including Buy American-Free Trade Agreements-Balance of Payments Program, Equal Opportunity for Veterans, and Transportation of Supplies by Sea.