Combined Request for Information and Synopsis (26-R-0266)

SOL #: SPRHA1-26-R-0266Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OGDEN, UT
HILL AIR FORCE BASE, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Wheel And Brake Systems (1630)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Jan 6, 2026
3
Response Deadline
Jan 2, 2026, 9:00 PM

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 Ogden, UT has issued a Solicitation for 29 units of the RIGGER STRUT ASSEMBLY (NSN: 1630-01-678-3355, P/N: 201612170-10) for C-130 Landing Gear applications. This acquisition is a 100% Women-Owned Small Business (WOSB) Program Set-Aside and requires offerors to be fully qualified. Offers are due by February 9, 2026, at 2:00 PM.

Scope of Work

This solicitation covers the manufacturing and delivery of RIGGER STRUT ASSEMBLIES. Key requirements include:

  • Manufacturing according to ESA-approved engineering/technical data, incorporating specific modifications (e.g., Air Valve P/N M6164-2, anodizing per MIL-PRF-8625, Type II, Class 2).
  • Providing a First Article Test Report (FATR) for certain items and adhering to IUID (Unique Item Identification) requirements.
  • Compliance with MIL-STD-130 for physical markings, MIL-STD-129 and MIL-STD-2073-1E for packaging and marking.
  • Adherence to higher-level contract quality requirements, such as AS9100.

Contract Details

  • Contract Type: Implied Firm Fixed Price.
  • Set-Aside: 100% Women-Owned Small Business (WOSB) Program Set-Aside.
  • NAICS: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing) with a size standard of 1,250 employees.
  • Offer Firm Period: 120 days from the solicitation issue date.
  • Place of Performance: Not specified in metadata, but implies contractor's facility.

Qualification Requirements

Offerors must be qualified sources. The Manufacturing Qualification Requirements (MQR) document details the process:

  • Notify the government Small Business Office or contracting officer of intent to qualify.
  • Certify access to necessary facilities, equipment, tooling, and personnel for manufacturing, inspection, testing, packaging, and storage.
  • Possess and verify a complete data package.
  • Manufacture/process verification according to ESA-approved data, bearing expenses for compliance data.
  • Prepare and submit a qualification test plan/procedure for government approval, followed by a complete test report.
  • Provide a pre-contract award qualification article for evaluation. Estimated qualification cost is $34,000, with an estimated time of 365 days.

Submission & Evaluation

  • Offers Due: February 9, 2026, 2:00 PM (MST).
  • Eligibility: Restricted to qualified sources. Offerors not previously qualified must fulfill all qualification requirements before the award date.
  • Evaluation Factors: Price or Cost is the primary factor, with other factors being "Significantly Less Important than Cost or Price." First Article testing costs are a factor in evaluation.
  • Submission: Late offers are subject to late proposal provisions.

Additional Notes

  • Controlled Unclassified Information (CUI) is involved.
  • Solicitation is approved for U.S. Contractors Only.
  • Contact: Johnny Wakefield, johnny.wakefield.2@us.af.mil, 385-591-3547.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Jan 6, 2026
View
Version 1Viewing
Sources Sought
Posted: Dec 17, 2025
1630-01-678-3355(26-R-0266) | GovScope