Gyroscope, Rate, [WSDC: 19F] End Item: Aircraft, Eagle F-15 PR: 7014384307; NSN: 6615-010714513 IAW P/N: 16VC006-2, P/N: 67699-302, and P/N: 16100
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 intends to issue a Total Small Business Set-Aside presolicitation for Gyroscope, Rate components (NSN: 6615-010714513) for the F-15 Eagle Aircraft. This will be a Firm Fixed-Price contract for 334 units. The solicitation is expected to be issued on February 24, 2026, with proposals due by March 26, 2026.
Scope of Work
This requirement is for the procurement of 334 Gyroscope, Rate units, NSN: 6615-010714513, specifically for the F-15 Eagle Aircraft. The original equipment manufacturers (OEMs) and approved sources include U.S. DYNAMICS CORPORATION (P/N: 16VC006-2), CS INDUSTRIES (P/N: 16VC006-2), ATLANTIC INERTIAL SYSTEMS INC (P/N: 67699-302), and CONDOR PACIFIC INDUSTRIES (P/N: 16100).
Contract & Timeline
- Type: Firm Fixed-Price (FFP) contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.502-2)
- Quantity: 334 each
- First Article Test (FAT): Government FAT of -01 unit required 150 days After Receipt of Order (ARO).
- Delivery Schedule: 299 days ARO.
- FOB/Inspection: Origin.
- Solicitation Issue Date: February 24, 2026
- Proposal Due Date: March 26, 2026
- Published Date: February 10, 2026
- Place of Performance: Richmond, VA
Evaluation & Submission
The final contract award decision will be based on a combination of price, past performance, and other evaluation factors detailed in the solicitation. Clause 52.246-11, Higher-level contract quality requirement, applies. While the Government intends to solicit and negotiate with approved sources, interested parties may identify their interest and capability or submit proposals within 45 days of the synopsis publication. Offerors proposing alternate products must furnish drawings and data sufficient to establish equality and meet qualification requirements per FAR clause 52.209-.1. The Government is not using Part 12 (Acquisition of Commercial Items) for this solicitation, but interested persons may identify commercial item capability within 15 days of this notice.
Additional Information
The solicitation will be available on the DLA Internet Bid Board Systems (DIBBS) website (https://www.dibbs.bsm.dla.mil/RFP) on the issue date. No paper copies will be provided.
Primary Contact: Melinda Johnson, Melinda.Johnson@dla.mil, (804) 279-1627.