CYLINDER ASSEMBLY, ACTUATOR

SOL #: SPRTA1-25-R-0485Pre-Solicitation

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

Aircraft Hydraulic, Vacuum And De Icing System Components (1650)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 15, 2025
2
Response Deadline
Aug 30, 2025, 8:00 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.

PR: FD2030-25-00811

1. Estimated issue date and estimated closing/response date: 

   a. Issue:         September 1, 2025

   b. Closes:      September 30, 2025

2. RFP# SPRTA1-25-R-0485

    Request for Proposal

3. Service/Spare/Repair/OH: Spares

4. AMC: 1/C

5. Nomenclature/Noun: CYLINDER ASSEMBLY, ACTUATOR

6. NSN: 1650-00-591-8287; (1650-DT-H25-0103 First Article Test Report)

7. PN: 5-84045-9

8. History: 28 Jul 2011, 1 each, Downey Manufacturing Inc., (CAGE 98315)

9. Description/Function: Cylinder Assembly, Actuator. DIMENSIONS, 31 INCH (L) 4 INCH (W) BY 4 INCH (H). 33.0 POUNDS (LBS). MATERIAL CONTENT aluminum, steel and rubber. The main landing gear door actuator assembly is a double-acting, extend and retract the main landing gear door. APPL. TO KC-135. First Article Part of Production and buy quantity.

10. Total Line Item Quantity: L/I 0001 9 Each (Range: 3-17). L/I 0002 2 Each (First article part of production). L/I 0003 1 LT (First article test report).

11. Application (Engine or Aircraft): KC-135

12. Destination: L/I 0001 Ship to SW3210; DLA DISTRIBUTION DEPOT HILL, 7537 WARDLEIGH RD BLDG 849W, HILL AFB UT 84056-5734.  L/I 0002 Ship to SW3210; DLA DISTRIBUTION DEPOT HILL, 7537 WARDLEIGH RD BLDG 849W, HILL AFB UT 84056-5734. L/I 0003 Ship to FA811; FA8111 AFLCMC LZPED, 3001 STAFF DR STE 1AF1 105A, TINKER AFB OK 73145-3303.

13. Required Delivery: On or Before 7 January 2027

14. Qualification Requirements: Due to the complexity and criticality of this part, only actual manufacturers that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality, can be considered approved sources for this item.

15. Export Control Requirements: Yes

16. UID: UID requirements will apply.

17. Qualified Sources: The Boeing Company (CAGE 82918)

18. Set-aside: This acquisition will not be set aside.

19. Surplus: Surplus is not authorized.

20. Mandatory Language:

The Government does not own the data or the rights to the data needed to manufacture this item.  Firms interested in participating in this procurement are encouraged to contact the OEM to inquire about the data or rights to the data.

In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.

It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. 

This acquisition involves technology that has a military or space application.  The extent of foreign participation has not yet been determined.  Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer

Electronic procedures will be used for this solicitation.  Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov.

Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements.  The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. 

This notice of intent is not a request for competition.  However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Request for written quotation will be issued.  Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

21. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Howard Heflin at howard.heflin@us.af.mil.

People

Points of Contact

Howard HeflinPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Aug 15, 2025
CYLINDER ASSEMBLY, ACTUATOR | GovScope