Search Contract Opportunities

Mode Control Panel   3

ID: SPRPA125REQ38 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

CONTACT INFORMATION|4|APBA.29|P8|267-660-8079|Mary.Lindsay@dla.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|ISO9001 or HIGHER||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|11|365||||||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report(combo)||TBD|SPRPA1|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days after discovery of defect||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|email| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| 1. Scope: This solicitation is for the procurement of aircraft components that are determined to be commercial items in accordance with FAR 2.101 and FAR Part12. Offerors shall provide components that are currently in production andoffered in the commercial marketplace, or that have been offered for sale,lease, or license to the general public or non-governmental entities. 2. Applicable Regulations: This acquisition shall be conducted in accordancewith: FAR Part 12 - Acquisition of Commercial Products and Commercial Services FAR Part 13/15, as applicable (based on dollar value or acquisition method) DFARS 212, as applicable for Department of Defense requirements 3. Commercial Item Determination: Offerors shall provide documentation supporting the commerciality of the offered item(s), which may include: Commercial product descriptions and technical specifications Sales history or catalog pricing Copies of sales invoices or redacted purchase orders to non-government customers Published price lists or marketing materials 4. Technical Requirements Offered components must meet the Government's form, fit, and functionrequirements. Submissions must include datasheets, drawings, or specifications thatdemonstrate compliance with performance requirements outlined in the technicaldescription. Any deviation from the stated technical requirements must be clearly identifiedand justified. 5. Certification and Traceability Vendors must certify that all components are new, unused, and conform tocommercial standards. Traceability documentation shall be provided to verify the supply chain fromthe original manufacturer to the vendor. Documentation may include FAA Form 8130-3, Certificate of Conformance, PartManufacturer Approval (PMA) Documentation or equivalent. Authorized Release Certificate Requirement - FAA Form 8130-3 All components delivered under this contract shall be accompanied by a properlyexecuted FAA Form 8130-3 Authorized Release Certificate. For new (spare) components, the 8130-3 shall be issued by an FAA-approvedproduction approval holder (PAH) and certify that the item conforms toFAA-approved design data and is in a condition for safe operation (Block 11a). The 8130-3 must: Include the correct part number, serial number (if applicable), and contract/purchase order number and Be completed legibly and inaccordance with current FAA guidance (e.g., FAA Order 8130.21 series) 6. Delivery and Packaging Items shall be packaged in accordance with standard commercial practices thatprevent damage during transit and storage unless otherwise specified. All shipments must be traceable and include packing lists identifying partnumber, nomenclature, quantity, and contract number. 7. Warranty and Support A standard commercial warranty must be provided. Warranty terms must be at least equal to those provided to the vendor'scommercial customers and must include workmanship and replacement parts. Technical support must be available during the warranty period. 8. Marking and Labeling Components must be labeled with the part number, manufacturer's name or CAGEcode, and lot or serial number (if applicable). 9. Contract Data Requirements No military-unique Contract Data Requirements List (CDRL) will apply unlessexplicitly identified. Commercial documentation shall suffice unless otherwisenegotiated. This Solicitation is being issued under EAF Authority formally known as SEPA. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52. 52.246-9004, Product Verification Testing, isincorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Drawings are not available for this Request for Quote. Offerors are advised that offers received from sources which are notgovernment-approved sources of supply will be deemed technically unacceptable,and therefore ineligible for award. Any distributors of approved sources MUSTsubmit a copy of their authorized distributor letter, on the source letterhead,to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award.
Background
This solicitation is issued by the DLA Aviation at Philadelphia, PA, under the authority of the Department of Defense. The goal of this contract is to procure aircraft components that are classified as commercial items. Offerors are expected to provide components that are currently in production and available in the commercial marketplace or have been offered for sale to non-governmental entities.

Work Details
The primary item being procured is the Mode Control Panel, identified by NSN 7RH 1680-01-652-5951 P8. The quantity required is 11 each. The components must meet specific technical requirements including compliance with form, fit, and function requirements as outlined in the technical description.

Vendors must provide documentation supporting the commerciality of the offered items, including product descriptions, technical specifications, sales history, and certification that all components are new and unused. All items must be packaged according to MIL-STD-2073 standards and include traceable packing lists identifying part numbers, nomenclature, quantity, and contract number. Additionally, all delivered components must be accompanied by a properly executed FAA Form 8130-3 Authorized Release Certificate.

Period of Performance
The desired time of delivery is specified as 365 days from contract award.

Place of Performance
The delivery location for the products is specified as SW3122.

Overview

Response Deadline
Nov. 13, 2025, 1:00 p.m. EST Past Due
Posted
Oct. 14, 2025, 6:25 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 10/14/25 DLA Aviation issued Solicitation SPRPA125REQ38 for Mode Control Panel due 11/13/25. The opportunity was issued full & open with NAICS 336413 and PSC 1680.

NATO Stock Number

Details for NSN 1680016525951

Item Name
MODE CONTROL PANEL
NIIN
016525951
Standard Unit Price (DLA)
$383,554.00

Approved Suppliers
Primary Contact
Name
Telephone: 2157373832   Profile
Phone
None

Documents

Posted documents for Solicitation SPRPA125REQ38

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation SPRPA125REQ38

Award Notifications

Agency published notification of awards for Solicitation SPRPA125REQ38

Contract Awards

Prime contracts awarded through Solicitation SPRPA125REQ38

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SPRPA125REQ38

Similar Active Opportunities

Open contract opportunities similar to Solicitation SPRPA125REQ38

Experts for Mode Control Panel

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION PHILADELPHIA > DLA AVIATION AT PHILADELPHIA, PA
FPDS Organization Code
97AS-SPRPA1
Source Organization Code
500044424
Last Updated
Nov. 28, 2025
Last Updated By
MARY.LINDSAY@DLA.MIL
Archive Date
Nov. 28, 2025