CONTROL,REVERSE ACT
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) Mechanicsburg has issued a Solicitation for the procurement of CONTROL,REVERSE ACT (Product Service Code 2990: Miscellaneous Engine Accessories, Nonaircraft). This opportunity is set aside for Total Small Businesses. Bidders must provide specific part numbers, adhere to strict quality and packaging standards, and meet a desired delivery of 90 days. Quotes are due by May 15, 2026, at 8:30 PM Z.
Scope of Work
This solicitation requires the manufacture and supply of "CONTROL,REVERSE ACT" items, adhering to specific design representations by Cage Codes (e.g., 31361, 1F555 for reference number 9900-227). Key requirements include:
- Design & Part Numbers: Strict adherence to specified Cage Codes and reference numbers. Procedures for design, material, servicing, or part number changes are detailed, requiring Contracting Officer approval for most changes.
- Marking: Items must be physically identified in accordance with MIL-STD-130 H.
- Configuration Control: MIL-STD-973 applies, requiring submission of Engineering Change Proposals, Deviations, and Waivers to NAVICP-MECH.
- Quality Assurance: Contractors are responsible for ensuring all items meet contract requirements, maintaining inspection records, and performing all necessary inspections. MIL-I-45208 is an applicable document.
- Packaging: MIL-STD 2073 packaging applies, and Military Standard Packaging is required.
- Traceability: Traceability is required.
Contract & Timeline
- Type: Solicitation (Fixed-Price is implied by clauses)
- Set-Aside: Total Small Business
- Response Due: May 15, 2026, 8:30 PM Z
- Published: May 7, 2026, 12:56 PM Z
- Desired Delivery: 90 days After Date of Contract (ADC). Offerors must provide their proposed delivery.
Submission Requirements & Instructions
- Submission: Quotes can be submitted via postal mail or attached to email at marchaunda.tiller@dla.mil.
- Part Number Verification: Bidders must verify nomenclature, part number, and NSN. If the quoted part number differs from the solicitation, proof of compliance is required.
- Vendor Type: Bidders must specify if they are a Manufacturer or a Distributor/Dealer.
- Distributors/Dealers: Must include an authorized distributor letter from the actual manufacturer.
- Surplus Material: Surplus is not preferred. If offered, it must be new surplus, comply with DLAD 11.302 and 11.390, and include a Surplus Material Certificate. Refurbished material is generally not allowed.
- Non-Manufacturers: Must state the OEM (CAGE Code) and the part number offered.
- Inspection & Acceptance (I/A): I/A at source is REQUIRED; I/A at destination is not authorized.
- Packaging Location: If packaging occurs at a different location, the facility's name and address must be provided.
- Freight: All freight is FOB Origin.
- EDI Submissions: Any exceptions (e.g., MILSPECS/standards, packaging) must be specified or followed up with a hard copy.
Contact Information
For inquiries, contact Marchaunda Tiller at marchaunda.tiller@dla.mil or 717-550-3000.