CYLINDER ASSEMBLY,A
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 Philadelphia, PA has issued a solicitation for the procurement of "CYLINDER ASSEMBLY,A". This is a commercial product procurement utilizing Emergency Acquisition Flexibilities (EAF) Authority and involves Critical Safety Items (CSI). The opportunity is open for all responsible offerors, with proposals due by March 2, 2026, at 8:30 PM EST.
Scope of Work
This solicitation seeks to acquire Cylinder Assemblies, categorized under Product Service Code 1650 (Aircraft Hydraulic, Vacuum And De Icing System Components). Given the designation as Critical Safety Items, DFARS clause 252.209-7010, "Identification of Critical Safety Items," is incorporated by reference, emphasizing the critical nature of these components.
Contract & Timeline
- Opportunity Type: Solicitation (Commercial Product Procurement Notice)
- Set-Aside: None specified
- Proposal Due: March 2, 2026, 8:30 PM EST
- Published: February 19, 2026
- Authority: Emergency Acquisition Flexibilities (EAF) / Special Emergency Procurement Authority (SEPA)
Evaluation
The Government will evaluate offerors based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The solicitation also includes procurement note L09 Reverse Auction (Oct 2016), indicating that the Government may conduct a reverse auction.
Additional Notes
Offerors must submit proposals via email to kenneth.lauber@dla.mil. The solicitation incorporates various standard clauses including those related to Item Unique Identification and Valuation, Inspection of Supplies, Higher-Level Contract Quality Requirements (ISO 9001 or equivalent), Wide Area Workflow Payment Instructions, Buy American-Free Trade Agreements-Balance of Payments Program, and Annual Representations and Certifications.