MOUNTING BASE, ELECT
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 Huntsville, AL is soliciting for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for MOUNTING BASE, ELECT (NSN: 5975-01-440-3198, PN: A1-31069D-001). This is a Total Small Business Set-Aside with a 3-year duration. Quotations are due by April 21, 2026.
Scope of Work
This opportunity is for the procurement of a "MOUNTING BASE, ELECT" in support of the M-4W system. The contract specifies a minimum quantity of 14 units and a maximum quantity of 42 units over the three-year period. Key requirements include:
- Packaging and Marking: Adherence to MIL-STD-129, specific unit pack, intermediate pack, and preservation/packing levels. Items using wood packaging must be ISPM-15 compliant.
- Unique Item Identification (UII): Detailed requirements for serialization and data matrix symbology are outlined.
Contract & Timeline
- Contract Type: Firm Fixed Price IDIQ
- Duration: 3 Years
- Minimum Quantity: 14 units
- Maximum Quantity: 42 units
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Delivery: FOB Destination, with specific timelines: Year 1 (365 days), Year 2 (730 days), and Year 3 (1095 days) after contract award.
- Response Due: April 21, 2026, by Close of Business.
- Published Date: March 23, 2026
Evaluation
Award will be based on the Lowest Priced Technically Acceptable (LPTA) criteria. Proposals must conform to all solicitation requirements to be considered technically acceptable. Offerors are required to provide Cost and Pricing Data as per FAR 15.4.
Additional Notes
This is a Defense Priority and Allocations System (DPAS) rated order (DO). Wide Area WorkFlow (WAWF) is the mandatory method for electronic invoicing and payment requests. Flight Safety/Critical Safety Item (CSI), Production Lot Testing (PLT), First Article (FAT), SNRR, TAMMS-A, IUID, and RFID are explicitly not required for this procurement.