CYLINDER,WATER
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 is soliciting proposals for CYLINDER,WATER components, classified as Critical Safety Items (CSI) and Flight Critical, under Emergency Acquisition Flexibilities (EAF) Authority. This is a 100% Total Small Business Set-Aside. The quantity required has been increased to 3 each. Proposals are due May 8, 2026, at 11:59 PM Local Time.
Scope of Work
This solicitation is for the procurement of "CYLINDER,WATER" components, which are crucial for shipboard systems supporting aircraft launch and recovery. The use of incorrect or defective material poses a high risk of serious personnel injury, loss of life, or loss of vital systems/aircraft. The components require engineering source approval by the Naval Air Systems Command.
Key Requirements
- Source Approval: Only companies with prior engineering source approval from Naval Air Systems Command are eligible. New manufacturers may submit a Source Approval Request (SAR) by the closing date, including detailed documentation such as configuration drawings, process sheets, purchase orders, comparative analysis, and inspection method sheets.
- Quality Assurance: Requires ISO 9001 or higher. Extensive interim and final inspections by NAWCADLKE QA and DCMA QAR are mandatory. The contractor must provide facilities, equipment, and personnel to assist with inspections. Specific critical manufacturing processes (Heat Treat, Welding, Casting, MPR) and special inspections (Magnetic Particle, Surface, Penetrant, Radiographic) apply. Traceability for individual piece parts is required.
- First Article Testing (FAT): A First Article Test is required for one uncoated unit. The contractor must conduct 100% inspection and testing of all critical, major, and minor dimensions. Notification to the Government (PCO, ACO, QAR) is required 14 days prior to FAT. A waiver of FAT may be granted for offerors who have previously supplied identical, accepted production units within three years, using the same production location, and providing a certification. Offerors requesting a waiver must submit two prices.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation (Competitive Acquisition)
- Set-Aside: 100% Total Small Business
- Quantity: 3 each
- Proposal Due: May 8, 2026, at 11:59 PM Local Time.
- Published: April 27, 2026.
- Evaluation: Proposals will be evaluated based on price, delivery timeframe, and past performance. Non-price factors are approximately equal to cost or price.
Additional Notes
The Government may conduct a reverse auction. All Post Award Requests (PARs) should be submitted to dlawsphlpostawd@dla.mil. Proposals should be emailed to kenneth.lauber@dla.mil.