AUGMENTOR NOZZLE SE
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 is issuing a presolicitation for Augmentor Nozzle SE (NSN: 2840-01-357-1941 PR, PN: 9538M95G05) for the F110 engine. This is a No Set-aside opportunity for a firm-fixed-price contract. The solicitation (RFP #: SPRTA1-26-R-0262) is estimated to be issued on May 19, 2026, with responses due by July 3, 2026.
Scope of Work
The requirement is for the procurement of Augmentor Nozzle SE units, which direct exhaust for the F110 engine. These items are critical safety items (CSI) and require qualification. The material is Titanium, with dimensions of 26.8800 in. long X 13.0000 in. wide X 1.7500 in. high, weighing 2.0000 lbs. The estimated maximum quantity is 61 units, including 3 First Article Units and 58 Production Units. All units are required for delivery on or before May 3, 2027.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) contract is contemplated.
- Set-Aside: No Set-aside.
- Estimated RFP Issue Date: May 19, 2026
- Estimated Response Due: July 3, 2026
- Anticipated Award Date: Approximately 45 calendar days after solicitation closing.
- Delivery: On or before May 3, 2027.
- Published: May 1, 2026
Key Requirements & Notes
- Qualified Sources: Currently, GENERAL ELECTRIC COMPANY (Cage: 07482) and BEACON INDUSTRIES, INC. (Cage: 32816) are identified as qualified sources.
- Critical Safety Item (CSI): Applies.
- Qualification Requirements: Exist, and first articles are applicable unless a waiver is received.
- Justification: Supplies are available from only one or a limited number of responsible sources.
- Commercial Items: The Government is not using FAR Part 12 policies for commercial items, but interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice.
- Item Unique Identification (IUID): Applies.
- Export Control: Applies.
- Free Trade Agreements: One or more items are subject to Free Trade Agreements.
- Ombudsman: An Ombudsman is available at (385) 591-1672 for concerns during the proposal development phase.
Response Information
Electronic procedures will be used for the solicitation, which will be available for download from www.sam.gov on the release date. Questions regarding this synopsis or the subsequent solicitation should be directed to Dillon Endecott at Dillon.Endecott.1@us.af.mil.