New Manufacture of ANNUNCIATOR / NSN:6340011544856/ PN: 458-51430-2
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 Oklahoma City, OK has issued a Request for Quotation (RFQ) for the new manufacture of ANNUNCIATOR (NSN: 6340-01-154-4856 RK, PN: 458-51430-2). This is a sole source acquisition primarily targeting ONTIC ENGINEERING & MANUFACTURING or other approved sources. The requirement is for a control unit that monitors caution lights and a lighted overhead switch/indicator for the KC-135 aircraft. Quotations are due by May 21, 2026.
Scope of Work
The requirement is for the ANNUNCIATOR, NSN: 6340-01-154-4856 RK, PN: 458-51430-2. This item is a control unit that monitors thirty individual caution lights and a lighted overhead switch/indicator. Key requirements include:
- Dimensions: 5.000 inches wide X 2.000 inches high X 5.9900 inches long.
- Weight: 0.8000 lbs.
- Material: Aluminum alloy and various electrical components.
- Unique Item Identification (UID): Required.
- First Article (FA): Required for "Bid A - First Article Required," including a First Article Test Report and Fit Check. "Bid B - First Article NOT Required" is for new manufactured material.
Contract Details
- Contract Type: New Manufacture, Fixed-Quantity, Firm Fixed-Price.
- Estimated Quantities: Current required quantity is 126 EA, with a possible range between 32 EA and 194 EA. This includes a 6 EA First Article requirement.
- Delivery: Early or partial delivery is acceptable at no additional cost.
- Price Hold: Offered prices must be held firm for 120 days.
Submission & Evaluation
- Quotations Due: On or before May 21, 2026.
- Submission: To the issuing office in Block 5A of the RFQ.
- Evaluation: While price will be a significant factor, the final award decision may be based on a combination of price and past performance factors as detailed in the solicitation. Standard government evaluation factors apply.
Eligibility & Set-Aside
- Set-Aside: This is NOT a Small Business Set-Aside.
- Source Requirement: Offerors must be approved sources. ONTIC ENGINEERING & MANUFACTURING (Cage: 45934) is listed as a qualified source. The acquisition is justified as sole source under 10 U.S.C. 2304(c)(1) and FAR 6.302, indicating the required supplies are available from only one or a limited number of responsible sources.
- NAICS Code: 336413 with a size standard of 1,250 employees.
- Commercial Item: The Government is not using FAR Part 12 (Acquisition of Commercial Items) policies. Interested persons may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of the original synopsis notice (Feb 2, 2026).
Additional Notes
The Government does not own the data or rights to manufacture this item; interested firms are encouraged to contact the OEM to inquire about data or rights. Questions concerning the solicitation should be directed to Jessie Payne at Jessie.payne@us.af.mil. An Ombudsman is available for concerns, not solicitation requests.