Modulator Assembly, Ignition
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) Land Warren has issued a Solicitation (SPRDL1-26-Q-0005) for a Modulator Assembly, Ignition (NSN: 2920-01-592-9167). This is a Total Small Business Set-Aside for a commercial item, seeking a Firm Fixed Price contract. The requirement is for 8 units of Part Number 25101071, manufactured by ROLLS-ROYCE SOLUTIONS AMERICA INC (CAGE 72582). Offers are due February 23, 2026, at 05:00 PM EST.
Scope of Work
This solicitation is for the procurement of Modulator Assembly, Ignition with NSN 2920-01-592-9167. The required manufacturer is ROLLS-ROYCE SOLUTIONS AMERICA INC (CAGE 72582), and the specific part number is 25101071. The base quantity required is 8 units. Key requirements include adherence to detailed packaging and marking specifications (MIL-STD-129 and MIL-STD-2073-1), supply chain traceability documentation, prohibition of Class I Ozone Depleting Substances (ODS), and Unique Item Identification (UII) for items meeting specific cost thresholds. The place of performance is Texarkana, TX 75507.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Solicitation Issued: January 22, 2026
- Offer Due Date: February 23, 2026, at 05:00 PM EST
- Delivery: Within 60 days after contract award for the production quantity.
Submission & Evaluation
Proposals or quotes must be submitted via email to the Contract Specialist listed on the cover page. All vendors must be registered in SAM.gov. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is most advantageous to the Government, considering price and other factors. Technical Data Packages (TDPs) are not included with this solicitation. Electronic submission of payment requests and receiving reports is required via Wide Area WorkFlow (WAWF). Offerors are advised to allow adequate time for submission.
Contact Information
- Primary Contact: Junae Tabb (Junae.Tabb@dla.mil, 385-591-2861)