PANEL ASSEMBLY, WING / NSN 1560-00-0793-7602 / B52 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 intends to issue a 100% Small Business Set-Aside solicitation for an Indefinite Quantity Contract (IQC) for PANEL ASSEMBLY, WING (NSN 1560-00-0793-7602) for B52 Aircraft. This presolicitation notice indicates the government's intent to negotiate with a limited number of sources, with new sources requiring Source Approval Request (SAR) packages. The solicitation is estimated to be issued on March 23, 2026.
Scope of Work
This opportunity is for the supply of PANEL ASSEMBLY, WING, identified by NSN 1560-00-0793-7602. The item is critical, but not a Critical Safety Item, and Export Control applies. The Estimated Annual Quantity (EAQ) is 40 EACH. Production units will be FOB: Destination, with Inspection/Acceptance at Origin. The Original Equipment Manufacturer (OEM) is Boeing (CAGEs 81205/82918) in accordance with part number 4-5001-501. DLA Aviation does not possess technical data for this part.
Contract & Timeline
- Contract Type: Indefinite Quantity Contract (IQC)
- Duration: 5-year base period
- Set-Aside: 100% Small Business Set-Aside
- Estimated Annual Quantity (EAQ): 40 EACH
- OEM: Boeing (CAGEs 81205/82918), P/N 4-5001-501
- Approved Sources: HELICOMB INTERNATIONAL, INC., TOP FLIGHT AEROSTRUCTURES, INC., MALONES CNC MACHINING INC, PRATT & WHITNEY H A C INC, AERO SPACE COMPOSITES LLC, D-J ENGINEERING INC, INFINITY FABRICATION, INC., BONDED TECHNOLOGY INC., HONEYCOMB COMPANY OF AMERICA, INC., VECCO WICHITA, INC., MAGELLAN AEROSPACE, MIDDLETOWN, INC, AIRBORNE SUPPLY, AERO COMPONENTS, LLC, ROHR, INC., H & R PARTS CO INC, RADIUS AEROSPACE-FORT WORTH, INC., NORDAM GROUP LLC, LIMCO AIREPAIR INC., AEROPARTS MANUFACTURING & REPAIR, INC, and HEXCEL CORP.
- Source Approval: Any other interested contractor must submit a Source Approval Request (SAR) package for approval.
- Solicitation Issue Date (Estimated): March 23, 2026
- Responses to Notice Due: April 24, 2026 (for capability statements/proposals to this synopsis)
- Published Date: March 5, 2026
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors described in the solicitation. This solicitation may include Procurement Note L09, Reverse Auction. Offerors are encouraged to review Reverse Auction tutorials on the Procurex system.
Additional Notes
This notice is a presolicitation, not a request for competitive proposals. However, all proposals received within forty-five days of the synopsis publication date will be considered. The government will consider information received to determine if a competitive procurement is feasible. Interested persons may also identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice. Contractors must be registered in SAM.gov to receive an award. The solicitation will be available via DIBBS (https://www.dibbs.bsm.dla.mil/) on the issue date; no paper copies will be available.