Cylinder Assembly, Actuator
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, OK has issued a Solicitation for the Cylinder Assembly, Actuator, specifically the KC-135 Main Landing Gear Door Actuator Assembly (NSN: 1650-00-591-8287, Part Number: 5-84045-9). This is a competitive procurement for replenishment spare parts for E-3, E-8, and/or -135 series aircraft, designated as an aviation critical safety item. The solicitation requires "Boeing Rights Guard" protection for technical data, necessitating "EXPORT CONTROLLED" certification for vendors. Proposals are due May 29, 2026.
Purpose & Scope
This solicitation seeks qualified manufacturers for the Cylinder Assembly, Actuator, a critical component for E-3, E-8, and/or -135 series aircraft. The requirement is for "First Article / New Manufacture" and involves the competitive procurement of replenishment spare parts.
Key Requirements & Deliverables
- First Article (FA) Requirement: Applies to specific line items (0001AA - 0001AE). Requires a Fit Check, First Article Test Report, Certificate of Compliance, and Material Certification. The FA must be manufactured at the contractor's facilities, and production quantities cannot proceed until FA approval. An evaluation cost factor of $1,186.00 EA is noted for FA testing.
- Technical Data Package (TDP): Vendors must be "EXPORT CONTROLLED" certified to receive and view the TDP. Registration is required via a provided website. A signed Attachment "A" must be submitted within 5 working days of solicitation receipt to request the TDP.
- Critical Safety Item: The item is designated as an aviation critical safety item.
- Unique Item Identification (IUID): Required for items with an acquisition cost of $5,000 or more, and for other specified items.
- Packaging: Detailed requirements are in MIL-STD-129 and MIL-STD-2073-1, with specific instructions in AFMC Form 158 and DD Form 2169.
- Surge Option: Clause 252.217-7001 is included, allowing for potential increases in quantity or accelerated delivery rates. A Capabilities Analysis Plan (CAP) will be required if awarded.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Not a Small Business Set-Aside.
- NAICS Code: 336413, with a size standard of 1,250 employees.
- Qualification Requirements: Applies to manufacturers who have produced EXACT production articles for the DoD and whose design has been approved through the First Article process, with no more than 36 months elapsed since contract completion. Information on qualification requirements is available in the OC-ALC Source Approval Information Booklet.
Submission & Evaluation
- Proposal Submission Deadline: May 29, 2026.
- Evaluation: Price or Cost is the primary factor, followed by Technical Capability, which is significantly less important than cost or price.
Important Notes
This is a "Boeing Rights Guard" requirement. Vendors must be "EXPORT CONTROLLED" certified to access the Technical Data Package. This solicitation is for "First Article / New Manufacture."