Request for Proposal for the F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
ID: SPRWA1-25-R-0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT WARNER ROBINS, GAROBINS A F B, GA, 31098-1813, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the manufacture of the Multipurpose Display (MPD) Control Panel Assembly, Part Number PC82040-4, in support of the F-15E model aircraft. This procurement aims to establish a single contract for the production of a critical component that enables pilot interaction and system status monitoring, adhering to stringent military specifications and performance standards. The Control Panel is vital for the operational capabilities of the F-15E, which is utilized by various Air Force commands. Interested vendors must demonstrate their capability to meet the requirements by contacting Vanessa Moes at vanessa.moes.1@us.af.mil by August 15, 2025, as the government intends to procure these items using Other Than Full and Open Competition due to the specialized nature of the product and limited approved sources.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines packaging requirements for wood packaging materials (WPM) in compliance with United Nations regulations aimed at preventing the spread of invasive species, such as the pinewood nematode. Key specifications mandate that all wooden pallets, containers, and packaging be constructed from debarked wood and heat-treated to specific temperatures for defined periods. Certification by an accredited agency recognized by the American Lumber Standards Committee is required, as referenced by international standards (ISPM No. 15). The packaging must adhere to military standards (MIL-STD-2073-1) for preservation and marking, with additional criteria specified for shipping container markings, including compliance with MIL-STD-129. The document emphasizes the importance of these standards for items shipped worldwide via various logistics channels. Contact information for the packaging specialist, Cedric E. Williams, is provided. This summary reflects the document's focus on regulatory compliance and standardization in military packaging processes relevant to government RFPs and grants.
    The document outlines the requirements for the First Article testing process related to the production of the Multipurpose Display Control Panel Assembly (NSN 1290013952696FX) as documented under federal acquisition regulations. Dated June 25, 2024, it identifies that two First Articles are required as part of the production quantity. The process stipulates that these must be manufactured in the same facilities as the contract production, with detailed testing requirements including contractor and government testing, and a test plan submission is mandatory. The testing will verify design, material, and workmanship against specified standards within a structured timeline—60 days for government approval and 270 days for delivery of First Articles. Approved articles will be utilized for fit and function on aircraft and will not be forwarded to supply, while disapproved articles will be returned to the contractor. The document notes conditions for waiving First Article approval for previous performances, emphasizing standards for vendor compliance over a 36-month window. Additionally, it includes remarks about further government verification processes and cost estimations for testing evaluation. Overall, the aim is to ensure quality and reliability in the production of military components while adhering to strict federal and DoD standards.
    The document outlines the requirements and objectives of federal and state Request for Proposals (RFPs) and grants, aimed at facilitating funding for various programs and projects. It emphasizes the importance of transparency, accountability, and competition in the selection process. Key components include detailed application procedures, eligibility criteria for applicants, evaluation metrics for proposals, and timelines for submission and review. The objective is to attract diverse organizations to contribute innovative solutions that address federal and local challenges, with an emphasis on community impact and sustainability. Additionally, the document underscores the importance of compliance with federal laws and guidelines, ensuring that all funded projects align with domestic priorities. Overall, it serves as a comprehensive guide for applicants to navigate the RFP and grant landscape, facilitating effective project implementation and management.
    The document outlines transportation data pertinent to federal solicitations associated with a specific purchase instrument initiated on June 13, 2025. It primarily addresses shipping instructions and requirements for transporting goods, emphasizing the need for vendors to contact the Defense Contract Management Agency (DCMA) for guidance on shipping protocols, documentation, and clearance prior to transporting freight. Key information includes details on transportation account codes, designated shipping addresses, and contact information for the responsible official, Chiquita D. Cole. Two distinct line items with respective NSNs for delivery to DLA Distribution Warner Robins and FD2060 are specified, highlighting the importance of adhering to federal guidelines in transportation operations. The document serves as a critical reference to ensure compliance with federal procurement processes for the shipment of defense materials.
    This document outlines the pricing matrix for Request for Proposals (RFP) SPRWA1-17-R-SAMP, detailing unit prices for various National Stock Numbers (NSNs) involving different quantity ranges and pricing periods over a potential contract duration of up to 60 months. Each contract line item number (CLIN) presents multiple pricing options based on quantity ranges, starting from low unit prices for higher quantities to higher prices for small quantities. The total estimated prices are summed for each pricing period, considering unit price multiplications based on quantity differences. Additionally, the document emphasizes the importance of providing pricing information for all quantity ranges, highlighting potential disqualification for non-compliance. The structured pricing periods, grouped by 12-month intervals, illustrate the expected evaluations to determine the total evaluated price for offers. This RFP is indicative of the government’s procurement processes, outlining how agencies solicit bids from contractors for provision of goods, ensuring transparency and competitiveness in federal spending. Overall, this detailed pricing matrix serves as a critical component in the evaluation of bids and financial compliance for prospective contractors.
    The government file outlines the details of Request for Proposal (RFP) SPRWA1-25-R-0020, which seeks to establish an Indefinite Delivery/Requirements Contract for supplies over a five-year period. The RFP, issued by the DLA Procurement Operations, includes provisions for offering products categorized under NAICS code 334511. The proposal invites bidders to submit firm fixed prices through a Pricing Matrix that reflects best estimated quantities (BEQs). It emphasizes the requirement for First Article approval before production delivery and outlines contract terms, including delivery timelines, payment instructions, inspection and acceptance locations, and quality assurance requirements. Key features of the contract include the option for small business participation and comprehensive compliance with various federal quality and safety standards, such as ISO 9001:2015. Moreover, the document specifies unique item identification (UID) requirements for accountability and traceability of items. Overall, the RFP signifies the government’s ongoing commitment to supplier collaboration, ensuring high-quality supply chain management while supporting small businesses in federal contracting.
    Similar Opportunities
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    Panel, Control, Elect
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure a control panel for miscellaneous aircraft accessories and components, specifically under the PSC code 1680. This procurement is justified as other than full and open competition, indicating a specialized requirement that may not be met through standard competitive processes. The control panel is critical for maintaining operational readiness and safety in military aircraft operations. Interested vendors can reach out to ReKisha Burton at rekisha.burton@dla.mil or by phone at 804-773-9818 for further details regarding this opportunity.
    PANEL,FLIGHT CONTRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of flight control panels. The contract requires compliance with higher-level quality standards, specifically ISO 9000 or equivalent, and emphasizes the importance of sourcing from government-approved suppliers, as offers from unapproved sources will be deemed technically unacceptable. These flight control panels are critical components for aeronautical systems, underscoring their significance in ensuring operational safety and effectiveness. Interested vendors should submit their proposals electronically to Joniayah McKinney at JONIYAH.MCKINNEY@DLA.MIL, with a delivery timeline of 612 days from the date of order, and are advised to review the solicitation for additional requirements and clauses.
    16--PANEL ASSY,SIDE,AIR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a panel assembly, specifically the side air component. This contract requires the delivery of newly manufactured spares, as refurbished or remanufactured items will not be accepted, emphasizing the critical nature of the item for military operations. The procurement is governed by various quality assurance and inspection requirements, including adherence to AS/EN/JISQ 9100 standards, and is classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. Interested vendors can reach out to Michael Offenbacker at 215-737-0466 or via email at MICHAEL.OFFENBACKER@DLA.MIL for further details regarding the solicitation process.
    70--PROCESSOR,DISPLAY A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of a processor display unit. This opportunity requires suppliers to provide new, unused stock from original equipment manufacturers (OEMs) or FAA-certified parts, ensuring compliance with specific quality and inspection standards. The goods are critical for military operations, emphasizing the importance of reliability and adherence to government-approved sources of supply. Interested vendors should direct inquiries to Mary Lindsay at 215-737-3832 or via email at Mary.Lindsay@DLA.mil, with proposals due by the specified deadline.
    EFIS CONTROL PANEL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of an EFIS Control Panel, classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to acquire newly manufactured spares that meet specific quality and inspection standards, including compliance with AS/EN/JISQ 9100 or equivalent, and requires that all offers be from government-approved sources of supply. This solicitation is critical for maintaining operational readiness and support for military aircraft, with a focus on ensuring that all parts are new and unused, as refurbished or remanufactured items will not be accepted. Interested vendors should submit their proposals electronically to Nikol Toroveci at NIKOLIN.TOROVECI@DLA.MIL, adhering to the guidelines outlined in the solicitation, with the urgency of the procurement noted under EAF authority.
    EFIS CONTROL PANEL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of an EFIS Control Panel, classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to acquire newly manufactured spares that meet specific quality requirements, including compliance with AS/EN/JISQ 9100 or equivalent standards, and emphasizes the necessity for items to be sourced from government-approved suppliers. This solicitation is critical for maintaining operational readiness and safety in military aviation, with a focus on ensuring that all products are new and unused, as refurbished or remanufactured items will not be accepted. Interested vendors should direct inquiries to Nikolini Toroveci at 215-737-2612 or via email at NIKOLIN.TOROVECI@DLA.MIL, and must adhere to the submission guidelines outlined in the solicitation.
    61--PANEL,CONTROL,AIRCR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the NSN 6130015625413, a control panel for aircraft. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is expected to involve approximately three orders per year. The items will be shipped to various DLA depots both within the continental United States and overseas, emphasizing the importance of reliable supply for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Panel, Display, and C
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the manufacture of a "Panel, Display, and C" with NSN 1680-01-653-1320 KT and Part Number 187185-001. The procurement aims to secure an estimated quantity of 4 units, with a delivery requirement set for November 8, 2026, to DLA Distribution Depot Oklahoma at Tinker AFB. This equipment is critical for national defense applications and must comply with ISO 9001-2015 standards, including IUID marking and electronic submission of payment requests via Wide Area WorkFlow (WAWF). Interested vendors should note that the solicitation closes on January 12, 2026, following an amendment that extended the original deadline, and they can contact Genevee Suba at genevee.suba@us.af.mil for further inquiries.
    16--PANEL ASSY,SIDE,AIR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a panel assembly, specifically the side air component. This contract requires the delivery of newly manufactured spares, as refurbished or remanufactured items will not be accepted, emphasizing the critical nature of the item for military operations. The procurement is categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is classified as a Critical Application Item (CAI). Interested vendors can reach out to Michael Offenbacker at 215-737-0466 or via email at MICHAEL.OFFENBACKER@DLA.MIL for further details and to submit proposals electronically. The solicitation includes various compliance requirements, including quality assurance standards and a small business subcontracting plan, with specific deadlines for proposal submissions to be adhered to.