Panel Control Elect
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 Solicitation (RFP) for the procurement of a "PANEL, CONTROL, ELECT" (NSN: 1680-01-652-9454 KT). This requirement is for an Anti Collision/Rendezvous Lighting and Landing Panel. This acquisition is set aside for Small Business. Proposals are due by February 17, 2026, at 8:00 AM.
Scope of Work
This solicitation seeks offers for a "PANEL, CONTROL, ELECT" described as an Anti Collision/Rendezvous Lighting and Landing Panel. The panel contains toggle switches, pushbutton switches, rotary switches, and a rheostat, and is made of Aluminum Alloy. Key requirements include:
- Part Number: 233T3217-308
- Manufacturer Cage: 89954 (and 63760 for Line Items 0001 and 0002, as per amendment)
- Material: New manufacture material is required for Bid A, while new/unused commercial surplus is acceptable for Bid B.
- Dimensions: Items must meet all dimensions, verifiable without disassembly.
- Unique Item Identification (UID): Required.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery is expected by September 30, 2026.
- Quantity: The estimated quantity ranges from a minimum of 1 to a maximum of 11 each, with a current required quantity of 7 each. The final quantity will be re-evaluated upon receipt of offers.
- Inspection/Acceptance: At destination (Final) for Item No. 0002.
- Clauses: The solicitation includes various FAR and DFARS clauses.
Eligibility & Set-Aside
- This acquisition is set aside for SMALL BUSINESS.
- NAICS Code: 336413
- Size Standard: 1,250 employees.
- Surplus Offers: New/Unused Commercial Surplus is acceptable. Surplus offerors must complete representations and conditions found under line items 0002 to be considered responsive.
Submission & Evaluation
- Offer Due Date/Time: February 17, 2026, at 8:00 AM (extended by amendment).
- Submission Type: Proposals are requested (RFP).
- Pricing: Offerors must provide pricing for quantity ranges that yield the best prices.
- Reporting: Inspection/Acceptance Receiving Reports shall be submitted using Wide Area Workflow (WAWF).
Key Updates
An amendment (SPRTA1-26-R-0107-0001.pdf) was issued, extending the response date and adding Cage Code 63760 to Line Items 0001 and 0002.