Fire Extinguisher
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 conducting market research through a Sources Sought Synopsis for the potential "Spares Procurement" of Fire Extinguishers (NSN: 1680-01-507-8479JY & 1680-01-702-994) for the C-17 platform. This is not a solicitation, but aims to identify qualified sources and determine acquisition strategy. Responses are due March 9, 2026.
Scope of Work
The requirement is for the procurement and/or manufacture of new fire extinguishers, including component parts, inspection, testing, preservation/packaging, and shipping. The scope may also encompass supply chain management, logistics planning, forecasting, and addressing diminishing manufacturing sources. An estimated requirement of 46 units (12 minimum / 69 maximum) is anticipated. The place of performance is Tinker AFB, OK 73145 USA.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 336413 (Aircraft Manufacturing) with a 1,250-employee size standard.
- Set-Aside: None specified (market research to determine potential small business participation).
- Response Due: March 9, 2026, 05:00 PM EST
- Published: February 9, 2026
Key Requirements & Process
Potential sources must complete a Source Approval Request (SAR) package. Information on obtaining necessary technical drawings and data (Manufacturing Qualification Requirements and Engineering Data List) is provided. Inquiries regarding the Tinker SAR Process should be directed to the AFSC Small Business Office, and SAR packages are submitted via DoD SAFE.
Action Items
Interested parties must select "ADD ME TO INTERESTED VENDORS" on SAM.gov and provide specific business information to assess market capabilities and potential set-aside strategies. Review the attached document for full details on technical data and source approval requirements.