95--BEAM,STRUCTURAL
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 Philadelphia, PA has issued a solicitation for Structural Beams (Part Number: 6532E776-5). This is a NEW SPARES requirement for a Critical Safety Item (CSI) designated as flight critical for crucial shipboard aircraft launch/recovery systems. USG Source Approval is required prior to award, and unapproved sources must submit a Source Approval Request (SAR) with their proposal. Proposals are due by March 16, 2026.
Scope of Work
This opportunity is for the procurement of structural beams, specifically Part Number 6532E776-5. The item is a Critical Safety Item (CSI) and flight critical, intended for use in crucial shipboard systems for aircraft launch and recovery. Manufacturing, testing, and inspection must comply with NAWC LAKEHURST drawing number 6532E776-5, Revision Y, and referenced specifications.
Contract & Timeline
- Type: Solicitation
- Response Due: March 16, 2026, 6:00 PM UTC
- Published: February 13, 2026
- Agency: DLA Aviation at Philadelphia, PA (DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY)
- Set-Aside: None specified
Key Requirements
- Source Approval: Mandatory USG Source Approval. Unapproved sources must submit a comprehensive Source Approval Request (SAR) by the solicitation closing date, including configuration drawings, process sheets, purchase orders, comparative analysis, and inspection method sheets. Failure to provide all required data will result in non-consideration.
- First Article Testing (FAT): Required for one uncoated unit, with Government evaluation and witness. The contractor must provide facilities, personnel, and documentation. A waiver of FAT may be granted for offerors with recent, identical production accepted by the Government or OEM, provided they use the same facilities and processes. Offerors requesting a waiver must submit two prices (with/without FAT).
- Quality Assurance: Adherence to Quality Assurance Provisions (QAP) dated 25MAR2021 and Contract Data Requirements List (CDRL) ver.001. NAWCADLKE QA has surveillance options and requires notification for inspections. Companies performing Non-Destructive Testing (NDT) must be NADCAP accredited or ISO 17025 accredited.
- Critical Safety Item (CSI): Special control procedures are invoked due to the critical nature of the material. Interim inspections are required at the contractor's location and NAWCADLKE for specific part numbers.
Evaluation Factors
The Government will evaluate offers based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government may conduct a reverse auction.
Additional Notes
Proposals can be submitted via electronic mail or facsimile to 215-737-7149. The QAP may be requested by email to the PCO by approved sources only, with DoDSAFE as the approved dissemination means. Contact: MICHAEL.KNEBLE@DLA.MIL, 215-737-5619.