FAN,VANEAXIAL
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 Huntsville, AL has issued a Pre-Solicitation/Synopsis for Request For Proposals (RFP) SPRRA2-26-R-0060. This notice announces the Government's intent to acquire FAN, VANEAXIAL (NSN 4140-01-671-5069, Part Number 13705468-1) for the M-D6 Patriot Weapon System under a Firm Fixed Price (FFP) Five Year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. This is a sole-source procurement to LEKTRON INC (Cage Code: 0SSP0) due to engineering source approval requirements.
Scope of Work
The requirement is for a minimum quantity of 27 EA and a maximum of 71 EA of the FAN, VANEAXIAL. Delivery is required 390 days after delivery order issuance, FOB Destination, to Redstone Arsenal, AL. The acquisition includes Government Production Lot Test and First Article Test requirements, with 30 days for Government review.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Five Year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Non-commercial procurement.
- NAICS Code: 334220 (Size Standard: 500 Employees).
- Set-Aside: Not applicable; this is a sole-source procurement.
- Response Due: April 30, 2026, 5:00 PM EDT.
- Published: April 15, 2026.
Justification & Requirements
This acquisition is justified under AMSC 3C and FAR 6.302-1(a)(2), citing unique design capability, engineering skills, and manufacturing knowledge held by the approved source, LEKTRON INC. While all responsible sources may submit an offer, an alternate source must qualify in accordance with the design control activity's procedures. Firms with technical ability to manufacture this NSN should contact the ARMY Source Directorate (usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil) to become an approved source for future requirements. Proposals exceeding $2,500,000.00 require Certified Cost and Pricing Data per FAR Part 15.
Additional Notes
This acquisition contains export-controlled technical data restricted by the Arms Export Control Act or Export Administration Act. Access to this data requires a current United States/Canada Joint Certification Program (JCP) certification for both the offeror and any sources of supply. DLA will not delay award for ineligible offerors to obtain JCP certification. The formal RFP will be posted on SAM.gov after this pre-solicitation closes.
Contact: Brylee Malone (brylee.malone@dla.mil) and Jean Paul Bretz (jean.bretz@dla.mil).