NSN: 1680012585608 RK POWER CONTROL ASSEM
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 has issued a Solicitation (SPRTA1-26-R-0261) for the procurement of Power Control Assemblies (NSN: 1680-01-258-5608 RK). These assemblies are critical for providing emergency power to aircraft. This acquisition is designated as Unrestricted or Set-Aside, with options for Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, and 8(a) firms. Offers are due by May 28, 2026, at 3:00 PM.
Scope of Work
This solicitation seeks a "POWER CONTROL ASSEM" (NSN: 1680-01-258-5608 RK, Part Number 2101272-4-2, Manufacturer 64547) which functions as an emergency power unit for aircraft. Key requirements include Item Unique Identification (IUID) and physical item markings. An Engineering Order (DWG NO. 2101272) specifies IUID requirements for the Controller Outline, Emergency Power Unit, including specific UID label part numbers.
Contract Details
The contract type is implied as a Firm Fixed Price arrangement. Required delivery is by February 1, 2027. The solicitation outlines quantity ranges for pricing: 12-32 EA, 33-53 EA, and 54-71 EA, with the government reserving the right to re-evaluate quantities. The NAICS code is 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing) with a size standard of 1,250 employees. This is a rated order under the Defense Priorities and Allocations System (DPAS).
Logistical Requirements
Bidders must adhere to strict logistical specifications:
- Packaging: Compliance with MIL-STD-2073-1 and MIL-STD-129 is mandatory, including Wood Packaging Material (WPM) regulations (de-barked and heat-treated wood).
- Transportation: Detailed F.O.B. terms (Origin or Destination) are specified, along with relevant FAR clauses (e.g., 52.247-29, 52.247-53). Bidders must coordinate with DCMA Transportation for shipping instructions.
- Inspection & Acceptance: Will be performed at Origin with Standard Inspection.
Submission & Evaluation
Offers must be submitted by May 28, 2026, at 3:00 PM. The Buy American Act/Balance of Payments Program applies. If a proposal is received from a qualified source other than the OEM (Honeywell International), the solicitation may be amended to include first article requirements. Payment will be processed via Wide Area WorkFlow (WAWF).
Contact Information
For inquiries, contact Patrick McGowan at patrick.mcgowan@us.af.mil or 405-734-8120.