16--MASK REGULATOR/ MIS
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 at Philadelphia, PA is soliciting offers for Mask Regulators/Miscellaneous Aircraft Components. This is a procurement for commercial aircraft components that must be currently in production or offered in the commercial marketplace. Offers are due by May 4, 2026.
Scope of Work
This solicitation seeks newly manufactured spare aircraft components that meet the Government's form, fit, and function requirements. The acquisition will be conducted in accordance with FAR Part 12 (Commercial Products and Services), FAR Part 13/15, and DFARS 212.
Key Requirements
- Commerciality: Offerors must provide documentation supporting the commercial nature of items, such as product descriptions, sales history, catalog pricing, invoices, or published price lists.
- Technical Compliance: Submissions must include datasheets, drawings, or specifications demonstrating compliance. Deviations must be clearly identified and justified.
- Certification & Traceability: Components must be new, unused, and conform to commercial standards. Traceability documentation, including FAA Form 8130-3 Authorized Release Certificates (issued by an FAA-approved production approval holder), Certificate of Conformance, or PMA Documentation, is required.
- Source Approval: Only offers from government-approved sources of supply will be considered technically acceptable. Distributors must submit an authorized distributor letter from the source.
- Material Condition: Only newly manufactured spares are acceptable; refurbished, remanufactured, or repaired materials will be deemed ineligible for award.
- Warranty: A standard commercial warranty, at least equal to those provided to commercial customers, must be included, covering workmanship and replacement parts, with technical support available.
Contract & Timeline
- Type: Solicitation for Commercial Items
- Set-Aside: None specified
- Offer Due Date: May 4, 2026, 6:00 PM Z
- Published Date: April 2, 2026
Submission & Additional Notes
Drawings for this Request for Quote are not available. Offerors should note the incorporation of various FAR and DFARS clauses, including those for Critical Safety Items (DFARS 252.209-7010) and Contractor Business Systems (DFARS 252.242-7005). Unique Item Identification (IUID) is not required for these commercial items.
For inquiries, contact KELI.BARISH@DLA.MIL or call 215-737-3861.