C-130 Electrical Control Panel/Intercommunication Set Control C-6567/AIC-25
ID: SPRWA125R0005Type: 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 AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for the supply of C-130 Electrical Control Panels and Intercommunication Set Control (NSN 1680-01-411-1338) as part of a contract set aside exclusively for small businesses. The procurement includes a total of two First Articles and 29 production units, with a requirement for First Article testing to ensure compliance with established performance criteria. These components are critical for the functionality of C-130 aircraft communication systems, emphasizing the importance of quality and adherence to military standards. Interested vendors must be registered in the Enhanced Joint Certification Program (EJCP) to access technical data, and proposals are due within the specified timeline, with contact inquiries directed to Roberto Martinez-Perez at roberto.martinez-perez@dla.mil.

    Point(s) of Contact
    Roberto Martinez-Perez
    roberto.martinez-perez@dla.mil
    Files
    Title
    Posted
    The Engineering Data List dated November 13, 2024, outlines vital components associated with the C-130 aircraft, produced by Lockheed Martin Corp. It details specific items, including control panels and edge-lighted components essential for aircraft intercommunication systems. This document, prepared by Michael B. Flury, identifies several reference numbers and engineering change orders that signify updates or revisions to the designs. The list categorizes components according to their drawing numbers and provides essential notes on documentation status, indicating whether items are classified or publicly available, and describes the requirements for data acquisition by contractors. The intent of this document is to ensure proper engineering standards are applied within government and contractor collaborations, ultimately facilitating procurement processes in line with federal and state RFP procedures.
    This document outlines the requirements for the First Article Test (FAT) of the Intercommunication Set Control (ISC), a key component undergoing validation in production. The primary and alternate points of contact are identified, with contact information provided for Christopher Hardaway and David Bethel from the USAF. The FAT is designed to ensure that production samples meet established functional performance criteria, as detailed in the requirements verification matrix. Two representative ISC units will be tested to certify that they fulfill all relevant specifications as per T.O. 12R2-2AIC25-2 and Lockheed Martin drawing 3341091. The testing process involves a series of procedures to check functionality and performance, including energized system checks and minimum performance testing, with provisions for troubleshooting any issues. Specific guidelines are set out for assessing NVIS compatibility. Thorough documentation of any failures is mandated, preventing continuation of performance testing until issues are resolved. This document serves as a technical guideline within the context of government procurement, ensuring that production processes meet military standards before full-scale implementation.
    The document serves as a guide to federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing governmental functions and community programs. It outlines critical areas for funding and support, including public health initiatives, infrastructure improvements, and technology upgrades. The RFPs invite proposals from qualified vendors, emphasizing adherence to regulatory standards, budget constraints, and project timelines. Key elements of successful submissions include detailed project plans, clear objectives, and measurable outcomes. The document emphasizes the importance of collaboration between government agencies and community partners to foster innovation and effective resource allocation. In summary, the file provides an overview of opportunities available through federal grants and RFPs, aiming to promote growth and improvement in public services and community development.
    The document outlines the First Article Requirements for a procurement contract dated January 2, 2025, pertaining to NSN 1680-01-411-1338. It specifies that a total of two First Articles must be produced as part of the contract, which will serve as a manufacturing standard. The document establishes requirements for contractor testing, with a 45-day review period for government approval following submission of the test report. First Articles must be delivered within 120 calendar days post-contract with prior notification of 14 days before shipment. The document details the disposition of approved and disapproved First Articles, indicating that approved items may be integrated into aircraft while disapproved articles will be returned to the contractor. The conditions under which waivers for First Article approval may be granted are also specified, emphasizing past satisfactory performance on similar articles. Christopher Hardaway of the 409 C130 organization is cited as the contact for both approving and conducting tests. This documentation is pivotal in ensuring quality standards and regulatory compliance for defense contracting processes.
    The document outlines packaging requirements to comply with United Nations restrictions regarding wood packaging materials (WPM) to prevent invasive species, such as the pinewood nematode. It details the standards for wooden items used in packaging, emphasizing that all wooden materials must be debarked and heat-treated to specified temperatures to ensure compliance. These requirements are applicable for shipments made globally, whether directly or through various logistics centers. The document also specifies that items should be packaged according to MIL-STD-2073-1, incorporating military standards for packaging and markings, alongside additional criteria like unit serial numbers and OEM details. It concludes with the contact information for the packaging specialist overseeing these instructions, rendering a comprehensive framework for proper military packaging and marking processes. This information is crucial for vendors participating in government contracts and can impact their compliance with federal grant and procurement standards.
    The document pertains to a government Request for Proposal (RFP) SPRWA1-25-R-0005, issued by the Defense Logistics Agency (DLA), inviting bids for the supply of control panels for communication systems, specifically under NAICS code 334511 with a small business size standard of 1,350 employees. This RFP is a total small business set-aside, meaning only small businesses are eligible to submit offers. The award will be based on the lowest Total Evaluated Price (TEP) among compliant bids, and the contract entails a one-time supply order with a period of performance not exceeding one year. Key deliverables include two first articles due within 120 calendar days and additional quantities with a total of 29 units to be delivered within 12 months. The contract outlines critical requirements, such as packaging, transportation within CONUS, and compliance with the Buy American Act. Additionally, bidders must be registered in the Enhanced Joint Certification Program (EJCP) to access technical data. This RFP emphasizes adherence to rigorous quality assurance processes and mandates for the contractor, underlining the government's commitment to ensuring that all supplies meet specified standards and requirements throughout the contract's lifecycle.
    This document is an amendment to the solicitation SPRWA1-25-R-0005, issued by the Defense Logistics Agency (DLA) Procurement Operations. The amendment, effective March 4, 2025, serves to include the additional item FAT NSN 1680-01-411-1338, an Intercommunication Set Control (ISC), in Section J of the solicitation's attachments. It addresses changes to the contract/order in accordance with applicable government regulations, while confirming that all other sections of the contract remain unchanged and in full effect. Offerors are required to acknowledge receipt of this amendment to ensure the validity of their proposals. The contact for this solicitation is Roberto Martinez-Perez, who can be reached via provided contact details. This document maintains the established procedures for government solicitations, ensuring compliance and clarity in contract modifications.
    The document outlines the amendment of a solicitation and modification of a contract for the Defense Logistics Agency (DLA). It specifies that the amendment number is SPRWA1-25-R-0005-0002, effective from March 10, 2025. The amendment extends the deadline for offers, although the specific wording on the extension is not detailed. It requires that contractors acknowledge receipt of the amendment, detailing the methods by which they may do so. Additionally, it mentions modifications to the contract to incorporate three new attachments: First Article Test Plans and a Higher Assembly Drawing, all aimed at improving the project's scope. The document emphasizes that all previously existing terms remain unchanged. This amendment is part of the federal procurement process, designed to ensure contractors have the necessary documents for compliance and execution of the contract terms and conditions. Overall, it reinforces administrative efficiency and clarity in the contracting process, vital for maintaining structured government operations.
    The SPRWA125R0005 Q&A document addresses queries related to an unspecified federal solicitation. It confirms that the Technical Order (T.O.) referenced in the First Article Test Plan has been included in the solicitation package for bidders. Additionally, it states that assembly and part drawings for the National Stock Number (NSN) 5831-00-880-2834 will not be distributed during the solicitation phase; instead, any required documents will only be provided to the eventual awardee or winning bidder. This communication outlines the procedural aspects of the RFP process, defining document availability and clarifying what bidders can expect in terms of information access, which is essential for maintaining transparency and guiding interested parties in their proposal submissions.
    This document outlines the transportation data for solicitations associated with federal procurement, specifically under Purchase Instrument Number FD20602500141-00, initiated on January 10, 2025. It details shipping and transportation provisions, including instructions for vendors regarding F.O.B. Destination terms, required contacts with the Defense Contract Management Agency (DCMA) for contract administration, and specific shipment destinations. The purchase includes items classified under various National Stock Numbers (NSN) to be shipped to designated addresses, including Robins Air Force Base in Georgia. Transportation account codes and funding information are delineated for tracking expenditures and logistics management. Key contacts for transportation queries and instructions are provided, emphasizing the importance of compliance with DCMA protocol to avoid additional costs due to improper shipment procedures. Ultimately, this document serves to facilitate efficient and regulatory-compliant transportation of goods related to federal grants and solicitations, ensuring vendors have the necessary information to execute the contract successfully while adhering to appropriate guidelines.
    Similar Opportunities
    Loading similar opportunities...