F-100 Case, Compressor, Air
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 new manufacture of F-100 Case, Compressor, Air components. This is a Firm Fixed-Price contract for critical safety items related to aircraft engines. The solicitation requires First Article testing for most offerors and adherence to strict quality and identification standards. Proposals are due February 13, 2026.
Scope of Work
This solicitation is for the new manufacture only of "CASE, COMPRESSOR, AIR" components, specifically housing #2 and #3 bearing assemblies, made of Aluminum Alloy. Key requirements include:
- First Article Required: Unless the offeror is the prime contractor, Pratt & Whitney.
- Critical Safety Item (CSI) designation.
- Item Unique Identification (IUID) required.
- Compliance with specific quality assurance standards (e.g., AS9100).
- Export controlled data and drawings are available via SAM.gov, requiring "EXPORT CONTROLLED" certification.
Contract & Timeline
- Type: Firm Fixed Price
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing), Size Standard: 1,500 employees.
- Set-Aside: Unrestricted with options for Small Business, Women-Owned Small Business (WOSB), EDWOSB, Service-Disabled Veteran Owned Small Business, and HUBZone Small Business.
- Proposal Due: February 13, 2026, at 3:00 PM CST.
- Published: January 12, 2026 (latest amendment).
Submission & Evaluation
- Offers must be submitted electronically via email to Jeremy.bryant@us.af.mil.
- Evaluation will consider Technical, Cost/Price, Past Performance, and Small Business Participation.
- Technical and Small Business Participation acceptability are prerequisites for the best value analysis. Tradeoffs may be made between price and past performance for technically acceptable proposals.
- Two bidding options are available: Bid A (First Article Required) and Bid B (First Article NOT Required).
Additional Notes
Offerors must be EXPORT CONTROLLED certified to receive drawings. Qualification requirements (FAR 52.209-1) apply. The solicitation has been amended multiple times, with the latest amendment (SPRTA1-25-R-1845-0004) extending the due date.