F108 GEARBOX ACCESSORY, NSN: 2840-01-139-4075PN, PN: 305-100-208-0
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 an F108 GEARBOX ACCESSORY, identified by NSN: 2840-01-139-4075 and Part Number: 305-100-208-0. This acquisition is a Small Business Set-Aside and involves a Critical Safety Item (CSI) requiring Unique Item Identification (UID). Proposals are due by March 6, 2026, at 4:00 PM.
Scope of Work
The primary deliverable is a new manufacture gearbox accessory, constructed from aluminum alloy casting, designed to reduce and increase rotational speed for specific drive requirements. The item is designated as a Critical Safety Item (CSI) and requires Unique Item Identification (UID). Government or Commercial Surplus is acceptable for Line Item 0002 and its associated sub-line items (0002AA through 0002AF).
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business
- Place of Performance: West Chester, OH (as per metadata, likely manufacturing location)
- Delivery: On or Before June 5, 2027, for proposed delivery.
- FOB Terms: Changed to 'Destination' for Line Items 0002AA through 0002AF by Amendment 0001.
Key Requirements
- Unique Item Identification (IUID): Required per DFARS 252.211.7003 and MIL-STD-130. The contractor is responsible for determining the marking location and method. The government does not own the drawings or design rights for this commercial item.
- Packaging: Must comply with MIL-STD-129 (Marking), MIL-STD-2073-1 (Packaging), and specific Special Packaging Instructions (SPI NO. F 01-139-4075). All wood packaging material (WPM) must be heat-treated and certified according to ISPM No. 15.
- Transportation: Bidders must understand and adhere to detailed transportation data, including specific F.O.B. terms and coordination with DCMA Transportation for shipping and clearance procedures. Ship-to address is DLA DISTRIBUTION DEPOT OKLAHOMA, Tinker AFB.
Submission & Evaluation
- Proposal Due Date: March 6, 2026, at 4:00 PM (extended by Amendment 0001).
- Submission Method: Electronically via email to john.nolan.8@us.af.mil.
- Evaluation Factors: Technical Acceptability (prerequisite), Cost/Price, Past Performance (based on Supplier Risk Score in SPRS), and Small Business Participation. Tradeoffs may be made between price and past performance for technically acceptable proposals.
Important Notes
This is Solicitation Amendment 0001. Bidders must acknowledge receipt of this amendment. The proposal must remain valid for at least the number of days specified on the front page of the solicitation, starting from the closing date.