NSN 1660-00-701-7739 Synopsis
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 DLA Weapons Support - Richmond intends to add NSN 1660-00-701-7739, DIAPHRAGM ASSY, VALVE, to an existing long-term strategic sole source contract (SPE4AX23D9401). This is a presolicitation for an unrestricted procurement. While the NSN is currently sole source to Honeywell, the Government is conducting market research and invites responses from non-OEM sources and surplus dealers. Responses to this synopsis are due by March 6, 2026.
Scope of Work
The effort involves adding the specified NSN to an existing contract. Supplies will be ordered via delivery orders. Terms are FOB Origin with Inspection and Acceptance at Destination, DLA Direct Support. The contract currently has two and a half years remaining. This solicitation will not include items with competitive data packages.
Contract & Timeline
- Type: Presolicitation for a sole-source addition to an existing long-term strategic contract
- Set-Aside: Unrestricted
- Synopsis Response Due: March 6, 2026, 10:00 PM EST
- Solicitation Issue Date: On or about March 25, 2026
- Published: February 19, 2026
Response Requirements
The proposed action is intended to be awarded on a sole source basis to Honeywell (CAGE 59364), with Boeing Distribution Services (CAGE 2N935) holding a non-exclusive license.
- Alternate offers must submit a complete technical data package for each NSN for approval.
- Non-OEM sources interested in any NSNs should notify the Contracting Officer prior to the synopsis closing date. Responses should identify items of interest, include evidence of ability to supply for the contract period, quantity available, and price.
- Surplus dealers are invited to respond with a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation.
- A copy of the letter of interest should be forwarded to the Contracting Officer (Andrew.Collins@dla.mil) and SBA PCR (steven.powell@sba.gov).
- The Government may alter the acquisition strategy based on responses.
- SAM registration is required for any award.
Additional Notes
The solicitation will be available via the DLA DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. A paper copy will not be available.