Actuator, Mechanical
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 Oklahoma City, OK, has awarded a Firm-Fixed-Price, Fixed Quantity contract for Actuator, Mechanical (NSN/PN 1680-01-219-1498RK/A2667-71). This award notice confirms a non-competitive acquisition, justified due to only one responsible source.
Scope of Work
The contract is for the procurement of Actuator, Mechanical, specifically NSN/PN 1680-01-219-1498RK/A2667-71. The required quantity is 77 each MAX.
Contract Details
- Type: Firm-Fixed-Price, Fixed Quantity
- Awardee: MarathonNorco Aerospace, Inc. (CAGE: 08844)
- Estimated Value: Over $900,000, not exceeding $20,000,000 (based on approval levels)
- Authority: 10 U.S.C. 3204(a)(1) – allowing for procurement from only one or a limited number of sources.
- Published Date: January 27, 2026
Justification for Other Than Full and Open Competition
This acquisition was justified as a sole source to MarathonNorco Aerospace, Inc., identified as the only known source approved by Boeing. The justification cites AMSC B (requiring acquisition from a manufacturing source specified on a source control drawing) and AMSC Z (commercial/no-developmental/off-the-shelf item) as reasons for restriction. Suitable technical data, government data rights, or manufacturing knowledge are not available to permit acquisition from other sources.
Market Research
A Sources Sought notice was posted on SAM.gov from October 28, 2025, to November 5, 2025, which received no replies, further supporting the sole-source decision.
Additional Notes
The government will continue to monitor the marketplace for potential sources and synopsize requirements for future acquisitions. This notice is published under a synopsis exception in FAR 5.202.