F-100 Augmentor Nozzle SE
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 is soliciting proposals for the F-100 Augmentor Nozzle SE, specifically the Augmentor Nozzle Assembly (NSN: 2840-01-454-8449 NZ). This opportunity is a Total Small Business Set-Aside. An amendment has extended the response deadline and updated critical sections of the solicitation.
Scope of Work
This solicitation is for the procurement of Aircraft Engine and Engine Parts Manufacturing services. The primary deliverable is the Augmentor Nozzle Assembly, which is a Critical Safety Item made of Titanium alloy. Key requirements include various First Article Tests (Test Plan, Destructive Exhibit, Non-Destructive Exhibit, Production Items) for different item numbers. Compliance with "Higher Level Contract Quality Requirements" is mandatory. Access to drawings requires "Export Controlled" certification (DD2345 or JCP).
Contract Details
- Contract Type: Firm Fixed Price.
- Offers Firm: 120 days.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336412, Size Standard: 1,500 employees.
Submission & Evaluation
- Response Due: January 30, 2026, 3:00 PM (CDT).
- Evaluation: "Best Value Process, Performance Price Tradeoff."
- Factors: Pricing (unit price x quantity), technical acceptability (Section B Schedule and specifications), and past performance ("Supplier Risk Score" in SPRS).
- A Small Business Participation Plan is required.
- Sections L (Instructions to Offerors) and M (Evaluation Factors for Award) have been entirely replaced by the amendment.
Key Updates from Amendment
- The solicitation is now exclusively set aside for small businesses.
- The response deadline has been extended to January 30, 2026, 3:00 PM (CDT).
- RMC Engineering and Manufacturing (Cage Code: 8Q4Q8) has been added as an approved source.
- Sections L and M of the solicitation have been replaced in their entirety.
Additional Notes
Qualification requirements can be found under clause 52.209-1. Engineering Instructions and Engineering Data List will be available via www.sam.gov. Cost or pricing data may be required if adequate price competition does not exist.