CONTROLLER, AIR PRES

SOL #: SPRTA1-26-F-0139Award Notice

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

Kearneysville, WV

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Air Conditioning, Heating, And Pressurizing Equipment (1660)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Mar 30, 2026

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 has awarded a Firm-Fixed-Price, Fixed Quantity contract for the KC-135 Controller Air Pressure (NSN: 1660-01-290-2065/PN: 130400-2-1). This acquisition was justified for other than full and open competition under 10 U.S.C. 3204(a)(1) due to the item being available from only one or a limited number of sources. The award notice was published on March 30, 2026.

Scope of Work

The primary requirement is for the KC-135 Controller Air Pressure. Additionally, Non-Recurring Engineering (NRE) services are required.

Contract Details

  • Type: Firm-Fixed-Price, Fixed Quantity
  • Estimated Value: Over $750,000 but not exceeding $15,000,000 (based on approval levels)
  • Set-Aside: Not set aside (justified for other than full and open competition)
  • Award Date: March 30, 2026
  • Place of Performance: Kearneysville, WV

Justification & Market Research

The justification for other than full and open competition cites that market research, including a Sources Sought notice posted on SAM.gov from July 11-18, 2025, yielded no responses. Aero International, LLC (CAGE: 0SML3) was identified as the only source capable of fulfilling the requirement. The item is coded AMSC "D," indicating that data needed to acquire this part is not economically available, and reverse engineering is deemed uneconomical. Honeywell International (CAGE: 64547) previously refused to supply manufacturing data for competitive procurement.

Additional Notes

This document is Controlled Unclassified Information (CUI). Acquisitions over $15 million require technical certification. The approval levels indicate this justification is for an amount over $750,000 but not exceeding $15,000,000, requiring approval from the Competition Advocate.

People

Points of Contact

Kristian HollingsheadPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Justification
Posted: Mar 30, 2026
View
Version 1Viewing
Award Notice
Posted: Mar 30, 2026