CLOCK PANEL, NSN: 6645-01-520-3319RK, ALT NSN: 6645-01-398-9100RK, PN: DNM-100-150, ALT PN: DNM-100-150-06
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 Oklahoma City, OK is soliciting proposals for Clock Panels (NSN: 6645-01-520-3319RK). This acquisition is a Small Business Set-Aside, but offerors must be approved sources. The requirement is for spares to provide time and elapsed time indication for flight crews across multiple aircraft platforms. Proposals are due May 4, 2026, at 4:00 PM.
Scope of Work
This solicitation covers the procurement of Clock Panels, described as an anodized aluminum case with glass, battery, wire, connectors, and micro-circuits. Key deliverables include:
- Production Units: Line Item 0001AD for production units and 0001AE for new manufacture without first articles. The synopsis indicates 185 EA (Min: 46 EA, Max: 278 EA) for production.
- First Articles: 3 units (Line Item 0001AC) for non-destructive testing.
- Documentation: First Article Test Plan (Line Item 0001AA) and First Article Test Report (Line Item 0001AB).
- Surplus Options: Consideration for New/Unused Government Surplus (0002AA) or Commercial Surplus (0002AB).
- Export Control: Applies to this item.
- IUID: Item Unique Identification requirements will apply.
Contract & Timeline
- Contract Type: Firm Fixed Price for all listed items.
- Set-Aside: Small Business (Offerors must be approved sources).
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a 1,250-employee size standard.
- Place of Performance: Collegeville, PA, United States.
- Proposal Due: May 4, 2026, 4:00 PM (Central Time).
- Published Date: April 3, 2026.
- Delivery: Production units (Line Item 0001) are due by April 30, 2027. First Articles are due within 180 calendar days from contract date. Early delivery is acceptable.
Submission & Evaluation
Proposals must be submitted electronically. The solicitation is available for download on SAM.gov. Evaluation will consider price as a significant factor, with the final award decision potentially based on a combination of price and past performance.
Additional Notes
- First Article Testing: Requires contractor testing, a test plan (DI-NDTI-81307A), and a test report (DI-NDTI-80809B). Government approval/disapproval for the test plan is within 30 days, and for the test report within 90 days.
- Packaging: Must comply with MIL-STD-129 and MIL-STD-2073-1, including WPM compliance (debarked and heat-treated).
- Transportation: DD Form 1653 specifies F.O.B. terms (Origin/Destination) and various "Ship To" locations, including Tinker AFB.
- Contact: John Nolan, john.nolan.8@us.af.mil, 385-591-1668. An Ombudsman is also available at 385-591-1672.