PROCESSOR,SIGNAL DA
SOL #: SPRRA1-26-R-0020Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT HUNTSVILLE, AL
REDSTONE ARSENAL, AL, 35898-7340, United States
Place of Performance
Tobyhanna, PA
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)
PSC
Miscellaneous Communication Equipment (5895)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 3, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Mar 2, 2026, 9:00 PM
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 Huntsville, AL is soliciting proposals for the procurement of a PROCESSOR, SIGNAL DA (NSN: 5895-01-724-2080, Mfr Part Number: 5561000-001) for the CH-47 CHINOOK weapon system. This is a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price solicitation, restricted to SCI TECHNOLOGY, INC. (CAGE 2J622). Proposals are due March 2, 2026.
Scope of Work
This opportunity is for the acquisition of the PROCESSOR, SIGNAL DA. Key requirements include:
- First Article Test (FAT): Required, with the FAT unit not to be retained as a material standard or destroyed during testing. The FAT report must be submitted in English.
- IUID Markings: Required.
- Packaging and Marking: Must comply with MIL-STD-129.
- Wood Packaging Materials: Must be ISPM-15 compliant.
- Deliveries are to Tobyhanna, PA, 18466.
Contract Details
- Contract Type: Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: Five years from the date of award.
- Minimum Guaranteed Quantity: 144 each for the base award.
- Estimated Quantities: Year 1: 144 EA; Years 2-5: 84 EA each. The government is not obligated to issue orders beyond the guaranteed minimum but reserves the right to order any quantity up to or above the intended quantity.
- Set-Aside: This requirement is restricted to SCI TECHNOLOGY, INC. (CAGE 2J622) per FAR 6.302-1, citing "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."
Submission & Evaluation
- Proposal Submission: Must be submitted electronically via email. Facsimile proposals will not be accepted. Offerors must acknowledge receipt of all amendments.
- Evaluation Factors: Technical acceptability, price, and past performance. The government intends to award to the offeror representing the best value to the government, which may not necessarily be the lowest priced or highest technically rated offer.
- Discussions: The government may conduct discussions.
- Proposal Due Date: March 2, 2026.
Additional Notes
- Accelerated delivery is encouraged at no additional cost.
- Offerors are cautioned to ensure proposals are provided on all Contract Line Items (CLINs); failure to propose all CLINs may result in a determination of non-responsiveness.
- An offer may be rejected if it is materially unbalanced or contains unbalanced pricing.
- Firms that recognize and can produce the required item are encouraged to identify themselves and seek source approval to compete for future solicitations by visiting AvMC's public website: https://www.avmc.army.mil/Directorates/SRD/TechDataMgmt.
- Contact: Katrin Camp, Contract Specialist, at katrin.camp@dla.mil.
People
Points of Contact
KATRIN CAMPPRIMARY