RECEIVER,INDICATOR
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 is issuing a Combined Synopsis/Solicitation (SPE4A626Q0630) for RECEIVER,INDICATOR (NSN: 6680-01-314-3624). This opportunity is for the procurement of 234 units, with an anticipated solicitation release on February 27, 2026. Responses are due by March 13, 2026.
Scope of Work
This solicitation seeks to procure 234 each of RECEIVER,INDICATOR, NSN 6680-01-314-3624. The approved source is SETRA SYSTEMS, INC. (CAGE 04034). Key requirements include:
- Quantity: 234 each
- Delivery: 115 days ARO (After Receipt of Order)
- Terms: FOB Origin, Inspection and Acceptance at Destination
- Transportation: First Destination Transportation applies
- Quality Control Code (QCC): DAB
Contract & Timeline
- Type: Purchase Order IAW FAR 13.5 (Commercial of a type)
- Solicitation Number: SPE4A626Q0630
- Set-Aside: Other Than Full and Open Competition, Unrestricted
- Anticipated Solicitation Date: February 27, 2026
- Response Due: March 13, 2026, 7:00 PM UTC
- Published Date: February 25, 2026
Evaluation
The final contract award decision will be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.
Additional Notes
Solicitation documents will be available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. Surplus dealers, small business dealers, and distributors with existing stock or newly manufactured material are invited to respond. Responses should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government may alter the acquisition strategy based on the best interest of the Government.