Coupling, Regulated

SOL #: SPRTA1-26-R-0176Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 30, 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 Department of Defense (DLA Aviation at Oklahoma City) is soliciting proposals for Coupling, Regulated (NSN: 1680-01-397-6026, PN: 61520-3) for C-135 aircraft. This is a Small Business Set-Aside procurement under a Firm Fixed-Price contract. Proposals are due March 30, 2026.

Scope of Work

This opportunity is for the procurement of 66 each (with a range of 17-99) of the "Coupling, Regulated" spare part. The coupling, made of aluminum and weighing 16.5 lbs, regulates fuel flow from supplier aircraft nozzles to receiver aircraft receptacles, specifically for the C-135. Deliveries are staggered, with 10 units per month from June to November 2027, and 6 units in December 2027, all to be shipped to SW3211, Tinker AFB, OK. Unique Item Identification (UID) requirements will apply.

Contract & Timeline

  • RFP Number: SPRTA1-26-R-0176
  • Contract Type: Firm Fixed-Price
  • Set-Aside: Small Business (NAICS 336413, size standard 1,250 employees)
  • Estimated Issue Date: February 27, 2026
  • Proposal Due Date: March 30, 2026, 4:00 PM
  • Required Delivery: Staggered deliveries from June 2027 to December 2027
  • Offer Validity: Offers must be held firm for 120 days.

Eligibility & Important Considerations

  • Qualified Sources: Eaton Corporation (CAGE 86090) is listed as a qualified source, and historical awards show Eaton Corporation as the previous supplier.
  • Data Rights: The Government does not own the data or rights needed to manufacture this item. Interested firms are strongly encouraged to contact the OEM (Eaton Corporation) to inquire about data or rights.
  • Previous Intent: The initial synopsis indicated a limited-source procurement under 10 U.S.C. 2304(c)(1) and FAR 6.302, with an intent to negotiate with only one or a limited number of sources. While the RFP is now a Small Business Set-Aside, the data rights issue remains critical.
  • Qualification Requirements: None exist.
  • Export Control: No export control requirements.
  • Surplus: Not authorized.

Submission & Evaluation

  • Submission: Electronic procedures will be used; the solicitation will be available for download only at www.sam.gov. Hardcopies will not be sent.
  • Late Offers: Subject to late proposal provisions.
  • Evaluation: While price will be a significant factor, the final award decision may be based on a combination of price and past performance factors.

Contact Information

  • Buyer: Chrissy Turnage (christine.turnage@us.af.mil)
  • Ombudsman: An Ombudsman is available for concerns during the proposal development phase at 385-591-1672 (do not call for solicitation requests).

People

Points of Contact

Chrissy TurnagePRIMARY

Files

Files

Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 27, 2026
Version 1
Pre-Solicitation
Posted: Feb 12, 2026
View
Coupling, Regulated | GovScope