Electronic Module,S
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 quotations for the New Manufacture of Electronic Module, S (NSN 5963-01-026-5267 TP). This is a Firm Fixed-Price contract for flight control and visual warning flasher module applications. Quotations are due by close of business on May 15, 2026.
Scope of Work
This opportunity requires the manufacture and delivery of an Electronic Module, S, described as a "Flight Control and Visual Warning Flasher Module" made of Aluminum Alloy and circuitry. Key requirements include:
- Unique Item Identification (IUID) is mandatory.
- Early or partial delivery is acceptable at no additional cost to the Government.
- OEM Permission Required: The Government does not own data rights for this item. Offerors must obtain permission from the Original Equipment Manufacturer (OEM) to manufacture or distribute the item. Quotes submitted without valid OEM permission will be considered non-responsive.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Required Delivery Date: October 23, 2026
- Set-Aside: Not a small business set-aside
- Quotations Due: May 15, 2026 (close of business)
- Published Date: April 15, 2026
Evaluation
Evaluation criteria are not detailed in the provided document. The Government reserves the right to decline any quantity amount, including the current requirement, at any time before award.
Additional Notes
- Foreign Military Sales (FMS) are applicable (FMS Case: FR-D-QBE).
- Inspection and Acceptance will occur at Origin.
- A Receiving Report is required for Inspection/Acceptance.
- Quality Assurance will be Standard Inspection.
- Transportation is F.O.B. Origin, Continental United States (CONUS) Sources.
- Contractors must agree to hold offered prices firm for 120 days.
- This acquisition is below the simplified acquisition threshold, and a synopsis waiver has been issued per FAR 5.202(a)(13).