C-5 Engine Cowls
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 Warner Robins, GA has issued a Combined Synopsis/Solicitation (RFQ SPRWA1-26-Q-0005) for the acquisition of C-5 Engine Cowls. This opportunity is a Small Business Set-Aside and invites all responsible sources to submit a bid, proposal, or quotation. The solicitation includes requirements for various cowl assemblies and a Counterfeit Prevention Plan. Offers are due by March 6, 2026.
Scope of Work
The Government intends to award a single definitive contract for the following C-5 Engine Cowl assemblies and related services:
- Righthand Core Cowl Assembly: P/N 224-2302-547, NSN 1560-01-592-5910UC, QTY: 3
- Lefthand Core Cowl Assembly: P/N 224-2301-523, NSN 1560-01-595-5844UC, QTY: 1
- Inlet Cowl Assembly: P/N 255-2101-501, NSN 1560-01-600-9158UC, QTY: 1
- Righthand Fan Cowl Assembly: P/N 255-2281-501, NSN 1560-01-596-6401UC, QTY: 1
- Counterfeit Prevention Plan: (Not Separately Priced - NSP)
Contract Details & Timeline
- Contract Type: Definitive Contract (Firm Fixed Price for line items 0001-0004)
- Delivery: 12 months ARO (After Receipt of Order) for cowl assemblies; 30 calendar days for the Counterfeit Prevention Plan.
- F.O.B. Terms: Destination
- Inspection & Acceptance: Origin for cowl assemblies, Destination for Counterfeit Prevention Plan.
- Response Date: March 6, 2026
- Published Date: February 6, 2026
Set-Aside & Eligibility
This acquisition is a Small Business (SB) Set-Aside. The NAICS Code is 336412 with a Size Standard of 1,500 employees. All responsible sources are encouraged to submit proposals.
Key Requirements & Documents
Bidders must adhere to specific requirements detailed in the attached documents:
- Counterfeit Prevention Plan (CDRL A001): Required within 30 days after contract award, with specific content and submission guidelines (DI-MISC-81832).
- Special Packaging Instructions (SPIs): Detailed SPIs are provided for the Fan Cowl (F01-592-8163), Core Cowl (F01-595-5844), and Inlet Cowl (F01-600-9158). These specify preservation (MIL-STD-2073), packing (ASTM D 7478), cleaning, marking (MIL-STD-129), and closure methods. Compliance with Wood Packaging Material (WPM) standards (ISPM No. 15, heat treatment) is mandatory.
- Transportation Data: Outlines shipping instructions, F.O.B. terms, and the need to use the DCMA Shipment Instruction Request (SIR) eTool System for regulatory clearances.
Submission & Contact
Bidders must complete blocks 12, 17, 23, 24, & 30 of the RFQ. Invoices and receiving reports are to be submitted via Wide Area WorkFlow (WAWF).
Primary Contact: Victor Henderson (victor.henderson.2@us.af.mil) Secondary Contact: Brooke Whitford (Brooke.whitford.3@us.af.mil)