MOUNTING BASE, ELECT
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 a 3-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for MOUNTING BASE, ELECT (PN: A1-31069D-001). This requirement is a Total Small Business Set-Aside. Offers are due May 20, 2026.
Scope of Work
This solicitation seeks a "MOUNTING BASE, ELECT" with Part Number A1-31069D-001 and NSN 5975-01-440-3198, in support of the M-4W system. Key requirements include specific packaging and marking in accordance with MIL-STD-129 and MIL-STD-2073-1, APPENDIX J codes. Items must be ISPM-15 compliant if wood packaging is used. Unique Item Identification (UII) requirements, including serialization and data matrix symbology, are also detailed.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Duration: 3 Years (IDIQ)
- Minimum Quantity: 14 units
- Maximum Quantity: 42 units
- Delivery: FOB Destination, with delivery timelines specified as 365 days (Year 1), 730 days (Year 2), and 1095 days (Year 3) after contract award.
- Set-Aside: Total Small Business Set-Aside (100%)
- Offers Due: May 20, 2026, at 06:00 PM
- Published: March 23, 2026 (Original Solicitation) / April 20, 2026 (Amendment)
Evaluation
Award will be based on the Lowest Priced Technically Acceptable (LPTA) methodology. Proposals must conform to all solicitation requirements to be considered technically acceptable. Offerors are required to provide Cost and Pricing Data as per FAR 15.4.
Additional Notes
This is a Defense Priority and Allocations System (DPAS) rated order (DO). Wide Area WorkFlow (WAWF) is the mandatory method for electronic invoicing and payment requests. Flight Safety/Critical Safety Item (CSI), Production Lot Testing (PLT), First Article (FAT), and various markings (SNRR, TAMMS-A, IUID, RFID) are explicitly stated as NOT required for this procurement.