Active Solicitation · DEPT OF DEFENSE

    5995-01-004-9732; 42F; T-38 AIRCRAFT; 5995-01-079-7450; 26F; F-16 AIRCRAFT; 5995-01-230-8464;19F; AIRCRAFT, EAGLE F-15; 5995-01-290-2854; 19F; AIRCRAFT, EAGLE F-15; 5995-01-290-6376; 19F; AIRCRAFT, EAGLE F-15; 6150-01-249-5958; 01F; MISSILE, MINUTEMAN III,

    Sol. SPE4A626R0178PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)RICHMOND, VA
    Open · 10d remaining
    DAYS TO CLOSE
    10
    closes May 3, 2026
    POSTED
    Apr 17, 2026
    Publication date
    NAICS CODE
    334419
    Primary industry classification
    PSC CODE
    5995
    Product & service classification

    AI Summary

    This presolicitation is for a total small business set-aside to establish an Indefinite Quantity Contract for various cable assemblies related to military aircraft. The contract will span five years with specific delivery requirements and export control considerations. Proposals must be submitted electronically, and a paper copy will not be available.

    Contract details

    Solicitation No.
    SPE4A626R0178
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 17, 2026
    Response Deadline
    May 3, 2026
    NAICS Code
    334419AI guide
    PSC / Class Code
    5995
    Contract Code
    97AS
    Issuing Office
    DLA AVIATION
    Primary Contact
    Patsy Bedford
    State
    VA
    ZIP Code
    23237
    AI Product/Service
    product

    Description

    This Synopsis is issued for a TOTAL SMALL BUSINESS set-a-side solicitation that will be issued under PR number 1000228211 to establish an Indefinite Quantity Contract (IQC) with 5 Base Years. ONLY Small Business Concerns WILL BE CONSIDERED. NSN: NSN: 5995-01-004-9732; CABLE ASSEMBLY, PRIN;5995-01-079-7450; CABLE ASSEMBLY, RADIO; 5995-01-230-8464; CABLE ASSEMBLY, RADIO; 5995-01-290-2854; CABLE ASSEMBLY, RADIO; 5995-01-290-6376; CABLE ASSEMBLY, SPEC; 6150-01-249-5958; CABLE ASSEMBLY, SPEC; 6150-01-265-0887; CABLE ASSEMBLY, SPEC CRITICAL APPLICATION ITEM; EXPORT CONTROL; HIGHER-LEVEL QUALITY and GOVERNMENT FIRST ARTICLE TESTING (GFAT) REQUIREMENTS; SURGE REQUIREMENT NAICS 334419 Required delivery is 130, 194, 164, 120, 365, 232 and 245 days respectively. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery. Pricing will be evaluated on the Estimated Annual Demand (EAD) – 13, 9, 30, 19, 21, 6 and 2 each respectively. The Guaranteed Minimum will be cited in the solicitation. There will be a 5-year base with NO option, for a total of five years. Terms are FOB Origin and Inspection/Acceptance Origin for DLA Direct. This solicitation includes Procurement Notice L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction. This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. Solicitation scheduled release date is tentatively 3 May 2026. Electronic (DIBBS) proposals/quotes are unacceptable. Proposals are to be submitted to the Bid Custodian. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil). Select "Request for Proposal (RFP)" under the Solicitations heading. Then choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.

    Key dates

    1. April 17, 2026Posted Date
    2. May 3, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    5995-01-004-9732; 42F; T-38 AIRCRAFT; 5995-01-079-7450; 26F; F-16 AIRCRAFT; 5995-01-230-8464;19F; AIRCRAFT, EAGLE F-15; 5995-01-290-2854; 19F; AIRCRAFT, EAGLE F-15; 5995-01-290-6376; 19F; AIRCRAFT, EAGLE F-15; 6150-01-249-5958; 01F; MISSILE, MINUTEMAN III, is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.