SENSOR, AMBIENT TEMP
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 is soliciting for a Commercial Indefinite Delivery Contract for SENSOR, AMBIENT TEMP (NSN 6685-01-077-5259). This opportunity, under FAR 13.5, will have a base period of five years. The solicitation is anticipated to be released on March 20, 2026, with responses due by April 3, 2026.
Scope of Work
This requirement is for NSN 6685-01-077-5259, Sensor, Ambient Temp. Key specifications include: QPL-24388-14 applies, FOB Destination, Inspection and Acceptance at Destination. It is a Stocked Item and a Critical Application Item (CAI). The estimated annual demand is 102 units, with a minimum of 26 and a maximum of 102. Requested delivery is 267 days ARO. Export Control and DFARS 252.211-7003 apply.
Contract & Timeline
- Type: Commercial Indefinite Delivery Contract (IAW FAR 13.5)
- Duration: Five-year base period
- Set-Aside: Not formally designated, but surplus dealers, small business dealers, and distributors are invited to respond.
- Solicitation Release: March 20, 2026
- Response Due: April 3, 2026
- Published: March 20, 2026
Evaluation
The final contract award decision will be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.
Additional Notes
The solicitation will be available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. Paper copies will not be available. Interested respondents should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government reserves the right to alter the acquisition strategy based on responses.