PREAMP,MAS
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 Philadelphia, PA has issued a solicitation for PREAMP,MAS (Miscellaneous Aircraft Accessories And Components). This opportunity requires FAA-Certified parts with an FAA Form 8130-3 Airworthy Approval Tag and is designated as a Critical Application Item (CAI). Only offers from government-approved sources providing newly manufactured spares will be considered. Responses are due May 18, 2026.
Scope of Work
This solicitation is for the procurement of PREAMP,MAS, falling under Product Service Code 1680. Key requirements include:
- FAA Certification: Parts must be FAA-Certified and possess an FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag.
- Critical Application Item (CAI): This designation implies strict quality and performance standards.
- Source Approval: Offers are only accepted from government-approved sources of supply. Distributors must provide an authorized distributor letter on source letterhead.
- New Material Only: Only newly manufactured spares are acceptable; refurbished, remanufactured, or repaired material will be deemed ineligible for award.
- FMS Requirements: Includes FMS Delivery and Shipping Instructions for Canada (CN-P-SAH) and Germany (GY-P-SCO).
- Quality Assurance: A Higher-Level Contract Quality Requirement (AS/EN/JISQ 9100 or equivalent) is mandated.
- Warranty: A 12-month warranty is required, effective 45 days after discovery of defect.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified
- Response Due: May 18, 2026, 8:30 PM EDT
- Published: May 2, 2026
Important Notes
- Drawings: Drawings are not available for this Request For Quote.
- IUID Exemption: Item Unique Identification (IUID) is not required for non-CLSSA FMS spares, as these assets are wholly owned by FMS customer countries and will not enter the DoD supply chain.
- Payment: Wide Area Workflow (WAWF) payment instructions are provided, requiring Invoice and Receiving Report (Combo) and Invoice 2in1.
- Clauses: Incorporates various clauses including Buy American-Free Trade Agreements-Balance of Payments Program, Security Prohibitions and Exclusions, and Mandatory Use of Workflow Pro (WFP) Mod Assist Module.
Evaluation
Offers received from sources not government-approved or proposing refurbished/remanufactured material will be deemed technically unacceptable and ineligible for award.