CONVERTER,PRESSURE
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 has issued a solicitation for the repair, overhaul, upgrade, testing, and inspection of CONVERTER,PRESSURE (NSN: 59980011428850, P/N: 4031002-901). This opportunity is issued under EAF authority with synopsis waived due to urgency. Offers from non-government-approved sources are technically unacceptable, with specific requirements for P-8/P-3 Platform commercial items and distributor submissions. Proposals are due March 23, 2026.
Scope of Work
This requirement covers the comprehensive repair, overhaul, upgrade, testing, and inspection of CONVERTER,PRESSURE units. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key aspects include:
- Disassembly, cleaning, inspection, and repair/replacement of components to return units to a Ready For Issue (RFI) condition.
- Adherence to approved repair/overhaul manuals and technical publications.
- Specific requirements for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring DCMA concurrence and PCO approval.
- Use of newly manufactured spares only, with exceptions for P-8/P-3 Platform commercial items.
- Prohibition of MIL-W-81381 wire, requiring SAE-AS22759 series wire instead.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified
- Product/Service Code: 6610 (Flight Instruments)
- Response Due: March 23, 2026, 8:30 PM EST
- Published: February 21, 2026
Key Requirements & Notes
- Approved Sources: Offers from sources not approved by the government are technically unacceptable, except for P-8/P-3 Platform commercial items with FAA certification. Distributors must provide authorized letters.
- Material: Only newly manufactured spares are acceptable, unless for P-8/P-3 Platform commercial items. Refurbished, remanufactured, or repaired material is not acceptable. Cannibalization requires PCO approval.
- Quality Assurance: Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Configuration Management: A CM plan in accordance with NAVICPIA18 is required.
- IUID Exemption: DFARS clause 252.211-7003 (Item Unique Identification and Valuation) is deleted for non-CLSSA FMS spares, as these are owned by FMS customer countries and not delivered to DoD.
- Critical Safety Items: DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference.
- Repair Location: The Boeing Company (CAGE 0pxv4) at 6200 J S MCDONNELL BLVD, SAINT LOUIS MO 63134-1939 is specified as the source/location for repair of the CONVERTER,PRESSURE.
- Packaging: MIL-STD 2073 packaging applies.
Contact Information
For inquiries, contact GINA.PALUMBO@DLA.MIL or call 267-660-8638.