FAA Aircraft Parts Contractor Logistics Support
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 Federal Aviation Administration (FAA) is soliciting proposals for Aircraft Parts Contractor Logistics Support (CLS) under a Blanket Purchase Agreement (BPA) Firm Fixed Price Supply task order contract. This Total Small Business Set-Aside opportunity requires the provision of aircraft parts and comprehensive logistics support for the FAA's Flight Program Operations (AJF) fleet in Oklahoma City, OK. Proposals are due January 30, 2026, at 1600 CS.
Purpose & Scope
The primary objective is to streamline the process for ordering aircraft parts and ensure the continuous airworthiness maintenance program (CAMP) for the FAA fleet. The contractor will provide aircraft parts in 'new,' 'overhauled,' or 'repaired' condition, or as unit exchanges, along with associated logistics support.
Key Requirements
- Contract Logistics Support (CLS): Management of an annual volume of approximately 2,500 orders for serialized and consumable aircraft parts.
- Parts Ordering & Delivery: Procedures for managing orders, including Aircraft on Ground (AOG) parts fulfillment and expedited procurement. Delivery is required within 15 days after award to FAA/OKC Flight Program Operations.
- Part Condition & Documentation: Parts must meet specific FAA requirements, be new, overhauled, repaired, or unit exchanged, and include necessary documentation (e.g., FAA Form 337, Maintenance Release). Traceability to the Production Approval Holder (PAH), authorized supplier, or approved repair station is mandatory.
- Storage: Provision of a proper storage environment for core exchange and stock assets.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA) Firm Fixed Price Supply task order contract.
- Period of Performance: 12 months, from February 15, 2026, to February 14, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: Oklahoma City, OK.
- Estimated Value: Individual transactions exceeding $250,000 will require Contracting Officer approval.
Submission & Evaluation
- Proposal Due Date: January 30, 2026, at 1600 Central Standard Time (CS).
- Evaluation Basis: Lowest Priced, Technically Acceptable (LPTA).
- Technical Factors (Equal Importance):
- Factor 1: Technical Approach (Max 7 pages): Demonstrating a comprehensive logistics support strategy, including AOG fulfillment and reporting.
- Factor 2: Relevant Experience (Max 5 pages): Identifying identical or similar corporate experience, OEM relationships, and industry relationships.
- Price Evaluation: Based on the provided Schedule B spreadsheet, including monthly pricing for CLIN 0001 (CLS), unit pricing for serialized (CLIN 0002) and consumable (CLIN 0003) parts, and a proposed maximum mark-up percentage. Bidders must submit Schedule B in the specified format.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Contact Information
All communications regarding this Solicitation should be directed to Tammy Claiborne at Tammy.R.Claiborne@FAA.gov.