SPRING WIRE SUPPORT 1710-006263917
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) Land and Maritime is conducting a Sources Sought to identify potential sources for approximately 243 EA of NSN 1710-006263917, a SPRING WIRE SUPPORT. This is for market research purposes to inform a future solicitation. Key requirements include Cybersecurity Maturity Model Certification (CMMC) Level 2, compliance with Export Control (ITAR/EAR), and Engineering Source Approval by NAWC Lakehurst as this is a restricted, Critical Application Item (CAI). Responses to the attached Market Survey are due May 1, 2026.
Opportunity Details
This notice is for information only and is not a request for proposals. DLA Land and Maritime anticipates issuing a solicitation in the near future for the procurement of the Spring Wire Support, which is an Aircraft Launch and Recovery Equipment (ALRE) Critical Application Item (CAI). The item is purchased in accordance with ALRE CAI specifications. A forging process is identified for manufacturing, requiring tooling. The anticipated place of performance for shipping is DLA Distribution Puget Sound in Bremerton, WA.
Key Requirements & Considerations
- Source Approval: This is a restricted source item requiring Engineering Source Approval by the Naval Air Warfare Center (NAWC) Aircraft Division Lakehurst. Offerors must be an approved source or provide the product of an approved source, following criteria in the NAVICP Philadelphia brochure. A survey by NAWC Lakehurst may be required.
- Export Control: Technical data is subject to ITAR/EAR. Offerors must have an approved US/Canada Joint Certification Program (JCP) certification and DLA approval to access export-controlled data.
- Cybersecurity: Requires Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO and Self-Assessment).
- Quality & Documentation: Non-Destructive Testing (NDT) Accreditation, Non-Tailored Higher-Level Quality Requirements (SAE AS9100), and compliance with DLA Master List of Technical and Quality Requirements apply. Covered Defense Information (CDI) applies.
- Serialization & Marking: Serialization is required for the ALRE CAI part and packaging traceability. Items must be marked IAW MIL-STD-129, including lot/serial numbers, contractor, and manufacturer CAGE codes. Special marking codes apply for protected cargo.
- Logistics: Anticipated FOB Origin, Inspection Origin, and Acceptance Origin. DLA Packaging Requirements (RP001) and MIL-STD-2073-1E apply. Surplus is not acceptable.
Sources Sought Questionnaire (Attachment)
The attached Market Survey questionnaire is designed to gather information on potential sources, including willingness to quote, business size and type, commercial item status, sales channels, distribution networks, technical capabilities (e.g., EDI), pricing and delivery information, logistics preferences, and the ability to provide CAGE codes and part numbers. This information will help DLA shape the final acquisition strategy.
Response & Contact
Responses to the Market Survey are due by May 1, 2026. Interested parties should complete the attached Market Survey and return it to the primary point of contact.
- Primary Contact: Nathanial Young, nathanial.e.young@dla.mil
- Anticipated Set-Aside: Total Small Business Set-Aside (FAR 19.5) for the future solicitation.