Overhaul Kit 1710-01-535-6530
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 and Maritime has issued a Presolicitation for an Overhaul Kit (NSN 1710-01-535-6530) for Aircraft Landing Equipment. This is a Restricted Source Item requiring Engineering Source Approval by the Naval Air Warfare Center (NAWC) Aircraft Division Lakehurst. Key requirements include Non-Destructive Testing (NDT) Accreditation, SAE AS9100 quality standards, and Material Receipt Inspection (MRI) at NAVAIR LKE. Responses are due by April 7, 2026.
Scope of Work
This opportunity is for an overhaul kit, specifically NSN 1710-01-535-6530, for Aircraft Launch and Recovery Equipment (ALRE). Requirements include:
- Quality Standards: Non-Destructive Testing (NDT) Accreditation (RQ040) and Higher-Level Quality Requirements (SAE AS9100) (RQ039).
- Identification: Item Unique Identification (IUID) in accordance with MIL-STD-130, though IUID is not required by the service customer for this specific item. Bare item marking per NAVAIR ALRE Traceability and MIL-STD-129.
- Inspection: Material Receipt Inspection (MRI) at NAVAIR LKE is mandatory. Production Testing Inspection Reports and Material Certification Packages must accompany parts.
- Export Control: Technical data is subject to ITAR/EAR. Offerors must have an approved US/Canada Joint Certification Program (JCP) certification and DLA approval to access export-controlled data.
- Environmental: No Class I Ozone Depleting Chemicals or intentionally added mercury/mercury compounds.
- Source Approval: This is a restricted source item. Offerors must be an approved source or provide the product of an approved source as determined by NAWC Aircraft Division Lakehurst. Criteria are detailed in the NAVICP Philadelphia "Source Approval Information Brochure for Spares".
- Deliverables: Contract Data Requirements Lists (CDRLs) apply, including Production Test and Inspection Report, Manufacturing Plan, Material Review Board Plan, and Certificate of Quality Compliance. Clause 52.246-15 (Certificate of Conformance) is not authorized.
- Shelf-Life: RS001 for a Type I (Code Y) item with a 180-month (non-extendable) shelf life.
Contract & Timeline
- Type: Presolicitation
- Set-Aside: None specified
- Response Due: April 7, 2026, 7:00 PM EDT
- Published: March 23, 2026
- Agency: DLA Land and Maritime, Department of Defense
- Place of Performance: Columbus, OH (administrative), with shipping to NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, Joint Base MDL, NJ.
Evaluation
Eligibility for award is contingent upon being an approved source or providing the product of an approved source by NAWC Aircraft Division Lakehurst. Offerors may be required to submit to a survey and must provide evidence of source approval (e.g., NAVICP letter or other documentation).
Additional Notes
This is a Critical Application Item. All requests for waivers or deviations (critical, major, or minor) must be forwarded to the DSC Contracting Officer for review and approval. Surplus material is not acceptable. The specific manufacturer is TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC P/N 3-0001-10.