CTRotorAssy_End_Item_T400_NSN_2840013701942MU_PN_3104221-02
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 conducting market research through a Sources Sought notice to identify potential sources for the new manufacture of 18 units of CT Rotor Assy (NSN: 2840-01-370-1942MU, P/N: 3104221-02). This effort aims to determine if the requirement can be competitive or designated as a Small Business Set-Aside, informing the overall acquisition strategy. This is not a solicitation, and no contract will be awarded based on this market research. Responses are requested by April 24, 2026.
Scope of Work
The requirement is for the new manufacture of 18 units of the specified CT Rotor Assy. Potential sources must be capable of furnishing all necessary labor, materials, facilities, and equipment for procurement, manufacturing, inspection, testing, preservation/packaging, and shipping. Responsibilities may also include supply chain management, logistics planning, forecasting, and addressing diminishing manufacturing sources. It is noted that potential sources may be responsible for nonrecurring engineering costs, and this requirement is specifically for new spares, not repair services.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Product Service Code: 2840 (Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components)
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a Size Standard of 1,500 employees.
- Set-Aside: To be determined based on market research; all potential sources, including Large Businesses, Small Businesses, SDBs, 8(a)s, SDVOSBs, HUBZone, and WOSBs, are encouraged to respond.
- Response Due: April 24, 2026
- Published Date: April 17, 2026
- Place of Performance: Tinker AFB, OK 73145 USA
Submission & Evaluation
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov to participate. Responses will be used to assess industry capabilities and inform the government's acquisition strategy. Potential sources wishing to be qualified are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. QRs and Engineering Data List (EDL), if applicable, are attached or referenced. SAR packages are to be submitted electronically through DoD SAFE.
Additional Notes
This notice is for planning purposes only. No funds are available for this information solicitation. Questions regarding this post should be submitted to 421scms.requirements.workflow@us.af.mil.