CYLINDER ASSEMBLY,A

SOL #: SPRHA1-26-Q-0596Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OGDEN, UT
HILL AIR FORCE BASE, UT, 84056-5820, 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
Apr 10, 2026
2
Submission Deadline
May 11, 2026, 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.

Quick Summary

The Defense Logistics Agency (DLA) Aviation at Ogden, UT has issued a Request for Quotation (RFQ) for the procurement of six (6) CYLINDER ASSEMBLY, A, F-16 (NSN 1650-01-417-9655). This is a restricted acquisition, open only to qualified sources with CAGE codes 98391 and 81755. Unqualified contractors must submit a comprehensive qualification package, which is estimated to cost $86,550.00 and take approximately 365 days. Quotations are due by May 11, 2026.

Scope of Work

This solicitation seeks the supply of F-16 Nose Landing Gear Retract/Extend Actuator assemblies. Key deliverables include:

  • Item 0001: CYLINDER ASSEMBLY, A, F-16.
  • First Article Test Report: Required for Item 0001AB, to be submitted concurrently with the First Article item, detailing dimensions, tolerances, and material certifications per DI-NDTI-80809B.
  • Production Articles: For Items 0001AC and 0001AD.
  • Markings: All items must comply with MIL-STD-130 and MIL-STD-129/ASTM-D-3951.
  • Supply Chain Traceability: Documentation must be retained and provided.
  • Packaging: Adherence to UN restrictions on Wood Packaging Material (WPM), preservation level 'MIL', packaging level 'B', and military marking standards (MIL-STD-129, MIL-STD-2073-1).

Contract Details

  • Contract Type: Implied Firm Fixed Price.
  • Set-Aside: Restricted to qualified sources (CAGE 98391 & 81755).
  • IUID: Required.
  • Buy American Act/Balance of Payments Program: Applicable.
  • Payment: Via WAWF (Wide Area WorkFlow).

Eligibility & Qualification

This acquisition is restricted to qualified sources. Contractors not currently qualified must:

  • Notify the Government and submit a Source Approval Request (SAR) package.
  • Demonstrate access to required facilities, equipment, tooling, and personnel.
  • Verify possession of the complete and current ESA-approved Technical Data Package (EDL lists key drawings like 16VH203).
  • Manufacture the item per the TDP, demonstrating UID compliance.
  • Submit a qualification test plan/procedure for ESA approval and a complete test report at their own expense.
  • Provide a pre-contract award qualification article for evaluation.
  • Estimated qualification cost: $86,550.00.
  • Estimated qualification time: Approximately 365 days.
  • Waiver criteria are available for certain conditions.

Submission & Evaluation

  • Quotation Due Date: May 11, 2026.
  • Delivery: Specified per line item; early and partial deliveries are acceptable.
  • Evaluation: Primarily based on Price or Cost, with First Article testing costs also considered. Offerors are encouraged to review the Required Delivery Schedule (RDS) and propose an achievable delivery schedule.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 10, 2026
CYLINDER ASSEMBLY,A | GovScope