DUCT, FAN, AIRCRAFT G

SOL #: SPRTA1-26-R-1375Solicitation

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

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
May 29, 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 Oklahoma City has issued a Solicitation (SPRTA126R1375) for the procurement of DUCT, FAN, AIRCRAFT G (NSN: 2840-01-428-7655NZ / PN: 4081642). This opportunity supports aircraft engine operations and is designated as UNRESTRICTED OR SET ASIDE for Small Business. The solicitation close date has been extended to May 29, 2026.

Scope of Work

This procurement is for "Aircraft Engine and Engine Parts Manufacturing," specifically a "DUCT, FAN, AIRCRAFT G" designed for maximum load/temperature during engine operation, including mounting points for accessories. Key requirements include:

  • Critical Safety Item (CSI) designation for Item No. 0001.
  • First Article (FA) testing for several line items (0001AA, 0001AB, 0001AC, 0001AD, 0001AE, 0002), with detailed requirements for Test Plans, Reports, and Destructive/Non-Destructive Exhibits.
  • Applicability of Manufacturing Qualification Requirements (MQR) as per MQR-PSD-1, Revision 2.
  • Mandatory supply chain traceability documentation.
  • New manufacture surplus is explicitly NOT AUTHORIZED.

Contract & Timeline

  • Type: Firm Fixed Price for most items.
  • Set-Aside: Unrestricted or Set Aside for Small Business.
  • NAICS Code: 336412, with a Size Standard of 1,500 employees.
  • Small Business Plan: Required if the price exceeds $900,000.
  • Proposal Due: May 29, 2026, at 3:00 PM (extended by amendment).
  • Published: April 20, 2026 (amendment published date).

Submission & Evaluation

Proposals will be evaluated using a Best Value Process and a Performance Price Tradeoff (PPT) source selection procedure. Technical acceptability is a prerequisite for the best value analysis. Past performance will be assessed based on "Supplier Risk Score" in SPRS and other sources. Offerors are cautioned against unbalanced pricing. Electronic offers may be emailed to jayson.skalla@us.af.mil.

Additional Notes

An Export Controlled certification is required to view drawings. Associated documents include FD20302501375 01 and DD Form 1423 for various data items.

People

Points of Contact

Jeremy BryantSECONDARY

Files

Files

Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 20, 2026
Version 2
Solicitation
Posted: Mar 26, 2026
View
Version 1
Solicitation
Posted: Mar 25, 2026
View