HOUSING,MECHANICALD
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 Huntsville, AL has issued a Solicitation for the acquisition of 80 units of HOUSING, MECHANICAL (NSN: 3040-01-685-9876, Part Number: 70351-38110-049). This is a one-time buy for a Critical Safety Item (CSI), requiring stringent compliance and testing. Proposals are due by March 6, 2026.
Scope of Work
This opportunity seeks a contractor to manufacture and deliver 80 units of "Housing, Mechanical." Key requirements include:
- Critical Safety Item (CSI): Adherence to QE-STD-1 Revision E for manufacturing and quality control, including specific requirements for Critical Characteristics (CCs), manufacturing planning, audits, inspection, traceability, and personnel qualifications.
- First Article Testing (FAT): Required for the item, with a detailed waiver process available. An orientation document provides guidance on the FAI process and reporting.
- Item Unique Identification (IUID): Mandatory if the unit price exceeds $5,000 per FAR 252.211-7003(c)(1)(i).
- Serial Number Reporting Requirement (SNRR): Mandatory for all SNRR reportable items, utilizing the TAMMS-A/MCDS web portal.
- TAMMS-A Reporting: Reporting to the Army Maintenance Management System-Aviation (TAMMS-A) for items requiring such reporting, including generation of DA Forms 2410, 2408-16, and 2408-16-1.
- Packaging Requirements: Strict adherence to MIL-STD-129 markings, specific packaging levels (Unit Pack: 001, Intermediate Pack: 000, Level Preservation: Military, Level Packing: A), and ISPM-15 compliant Wood Packaging Material (WPM). A contractor-furnished reusable container is required.
- Mandated Clauses: Compliance with various clauses covering bar code markings, calibration, engineering change proposals (ECP), critical safety items, and source approval. Competition is restricted to approved sources for CSIs.
Contract Details
- Contract Opportunity Type: Solicitation
- Set-Aside: No specific set-aside indicated, but the solicitation is against Sikorsky BOA SPE4A1-22-G-0005 and advertised on SAM.gov.
- Place of Performance: Redstone Arsenal, AL 35898, United States.
- Required Production Lead Time: 720 days without FAT, and 1,080 days with FAT.
- Non-Commercial Items: For items exceeding $2,500,000, Certified Cost and Pricing Data must be submitted.
Submission & Evaluation
- Proposal Due Date: March 6, 2026, by close of business.
- Submission Requirements: Proposals must include a simulated delivery schedule (Microsoft Project or Excel) based on actual lead time and manufacturing capacity. Any prior waivers or exceptions must be included. The cover letter must confirm understanding and accounting for all RFP terms.
- Contact Information: Proposals should be emailed to Timothy Tatum (timothy.tatum@dla.mil) and Phyllis Carroll (phyllis.carroll@dla.mil).
Key Compliance Notes
Bidders must ensure their manufacturing processes and quality systems align with QE-STD-1 Rev E for CSIs. Understanding the FAT process, IUID, SNRR, and TAMMS-A reporting requirements is crucial for proposal preparation and successful contract execution. The source approval requirement for CSIs is a significant eligibility factor.