NSN: 1560016231473,ADAPTER,NAV POD,WSDC:19F, F15 AIRCRAFT
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 is planning to issue an Unrestricted non-commercial Firm Fixed Price Contract (IAW FAR Part 15) for ADAPTER, NAV POD (NSN: 1560016231473) for F15 AIRCRAFT. The solicitation (SPE4A525R02778) is anticipated to be released on or about February 11, 2026.
Scope of Work
This opportunity is for the acquisition of ADAPTER, NAV POD, identified by National Stock Number (NSN) 1560016231473. The approved source for this item is The Boeing Company (CAGE 76301). The terms specify FOB Origin, with Inspection and Acceptance at Origin. This is a stocked item with a Quality Conformance Code (QCC) of DAA. A requested delivery period of 211 days After Receipt of Order (ARO) is specified.
Contract & Timeline
- Type: Non-commercial Firm Fixed Price Contract (IAW FAR Part 15)
- Set-Aside: Unrestricted
- Anticipated Solicitation Release: On or about February 11, 2026
- Published Date: January 27, 2026
- Place of Performance: Richmond, VA, United States
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the forthcoming solicitation.
Additional Notes
The solicitation (SPE4A525R02778) will be made available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on its issue date; a paper copy will not be available. Surplus dealers, small business dealers, and distributors with existing stock of surplus or newly manufactured material are invited to respond to this synopsis. Responses should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government reserves the right to alter the acquisition strategy if the purchase of existing inventory is deemed to be in its best interest.