LATCH ASSEMBLY, AIRCRAFT / NSN 1560-01-406-8974 / H-60 HELICOPTER
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 Presolicitation for an Indefinite Quantity Contract (IQC) for LATCH ASSEMBLY, AIRCRAFT (NSN 1560-01-406-8974) for H-60 Helicopters. This is a Total Small Business Set-Aside. The estimated solicitation issue date is May 4, 2026, with responses to this notice considered until June 8, 2026.
Scope of Work
This IQC is for the supply of Latch Assembly, Aircraft, with an Estimated Annual Quantity (EAQ) of 200 EACH. The item is critical but not a Critical Safety Item. Requirements include Contractor First Article Testing, Contractor Production Lot Testing, and Export Control. Production units will be FOB: Destination, with Inspection/Acceptance at Origin.
Contract & Timeline
- Type: Indefinite Quantity Contract (IQC)
- Duration: 5-year base period
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Published Date: April 23, 2026
- Response Due (for this notice): June 8, 2026
- Estimated Solicitation Issue Date: May 4, 2026
Source & Eligibility
The proposed contract action is for supplies where the Government intends to solicit from a limited number of sources under FAR 6.302. The OEM is Sikorsky (CAGE 78286) p/n 4195-7. Approved sources are Centroid, Inc. (CAGE 21856), Adams Rite Aerospace (CAGE 80477), and Apex Mfg. Co., Inc. (CAGE 2V343). DLA Aviation does not possess complete technical data. Any other interested contractor must submit a Source Approval Request (SAR) package for approval.
Evaluation & Submission
Award will be based on a combination of price, past performance, and other evaluation factors described in the future solicitation. The solicitation may include Procurement Note L09, Reverse Auction; offerors are encouraged to review Procurex tutorials. Contractors must be registered in SAM.gov to receive an award. The solicitation will be available via DIBBS (https://www.dibbs.bsm.dla.mil/) on the issue date.
Additional Notes
This notice is an intent and not a request for competitive proposals. However, proposals received within 45 days of publication will be considered. The Government is not using Part 12 (Acquisition of Commercial Items) but interested parties may identify commercial item capability within 15 days of this notice.