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 has issued an Amendment (0002) to Solicitation SPRTA1-26-R-0012 for the F108 GEARBOX ACCESSORY (NSN: 2840-01-139-4075, PN: 305-100-208-0). This amendment primarily modifies surplus requirements for Line Item 0002 and its sub-line items, and extends the proposal response date to May 15, 2026. This is a Small Business Set-Aside opportunity.
Scope of Work
The solicitation is for the NEW MANUFACTURE, GEARBOX, ACCESSORY, a Critical Safety Item (CSI) requiring Unique Item Identification (UID). It also accepts various types of surplus gearboxes, including New/Unused Government Surplus, New/Reconditioned Government Surplus, New/Unused Commercial Surplus, and New/Reconditioned Commercial Surplus. The amendment specifically removed the 'Used/Overhauled' categories for both Government and Commercial surplus.
Key Requirements & Conditions
- Item: F108 GEARBOX ACCESSORY (NSN: 2840-01-139-4075, PN: 305-100-208-0).
- Manufacturer: Parts must be manufactured by General Electric Company (CAGE: 07482).
- Surplus Conditions (as amended):
- New/Unused Surplus: Requires FAA Form 8130-3 or Certificate of Conformance (CoC) from the OEM, trace documentation, and preservation documentation for items over 5 years old.
- New/Reconditioned Surplus: Requires documentation of reconditioning, FAA Form 8130-3 or CoC for COTS parts, trace documentation to OEM, and preservation documentation for items over 5 years old. Prohibits items from engines exposed to volcanic ash, radiation, submerged, or acquired/operated by Emery Express.
- Packaging: Strict adherence to Special Packaging Instructions (SPI NO F 01-139-4075), MIL-STD-2073-1, MIL-STD-129, and compliance with United Nations Wood Packaging Material (WPM) standards (ISPM No. 15).
- Transportation: F.O.B. Origin. Vendors must contact DCMA Transportation via the SIR eTool System for shipping instructions. Ship-to address is DLA DISTRIBUTION DEPOT OKLAHOMA.
- IUID: Item Unique Identification (IUID) marking is required per DFARS 252.211-7003 and MIL-STD-130.
Contract Details
- Contract Type: Firm Fixed Price.
- Delivery: On or Before June 5, 2027, for multiple line items.
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,500 employees.
- Place of Performance: West Chester, OH.
Submission & Evaluation
- Submission: Proposals must be submitted electronically via email to john.nolan.8@us.af.mil.
- Evaluation: Best Value Process, Performance Price Tradeoff (PPT) source selection. Technical acceptability is a prerequisite.
- Factors: Technical, Cost/Price, Past Performance (Supplier Risk Score in SPRS), and Small Business Participation Plan.
- Award: Government reserves the right to award without discussions.
Eligibility & Set-Aside
- This acquisition is a Small Business Set-Aside, open to various small business categories including HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB).
Important Dates
- Published Date: May 1, 2026 (Amendment 0002).
- Proposal Due Date: May 15, 2026, 4:00 PM local time (extended by Amendment 0002).
Contact Information
- Primary Contact: John Nolan (john.nolan.8@us.af.mil, 385-591-1668).