SPE4A626RX629, 6610-015237096, Interface, Subassemb, Part# A02599994200-102
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 for an Interface, Subassembly (NSN 6610-015237096, Part# A02599994200-102). This will result in a Commercial Indefinite Delivery Contract (IAW FAR 13.5) for a base period of five years. The item is a Critical Application Item (CAI) and Covered Defense Information applies. Responses are due March 27, 2026.
Scope of Work
This opportunity seeks an Interface, Subassembly (NSN 6610-015237096, Part# A02599994200-102), with ASES LLC. (Cage 6KCS9) as an approved source. The estimated annual demand is 20 units, with a minimum of 5 and a maximum of 20. The terms are FOB Destination, with inspection and acceptance at destination. Requested delivery is 180 days ARO. 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.
Contract & Timeline
- Type: Commercial Indefinite Delivery Contract (IDC) IAW FAR 13.5
- Duration: Five-year base period
- Set-Aside: None specified
- Solicitation Release: Anticipated March 12, 2026
- Response Due: March 27, 2026, 7:00 PM ET
- Published: March 11, 2026
- Place of Performance: Richmond, VA 23237
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The government may alter the acquisition strategy if purchasing existing surplus or newly-manufactured inventory is in the best interest of the Government.
Additional Notes
A copy of the solicitation will be available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. A paper copy will not be available. This is a Critical Application Item (CAI), and Covered Defense Information applies.