Fixture, Aircraft Ma
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, is soliciting proposals for the acquisition of four units of a Fixture, Aircraft Maintenance (NSN 4920-01-192-1058, Part Number 70700-20480-041). This is a one-time buy, initially issued as an RFQ against a Sikorsky BOA, but advertised on SAM.gov for broader interest. Proposals are due by February 19, 2026.
Scope of Work & Requirements
This opportunity is for the supply of specialized aircraft maintenance equipment. Key requirements include:
- Contractor First Article Test (FAT), with an option for a waiver if justified. An orientation document details the FAI process, and a worksheet is provided for waiver requests.
- Item Unique Identification (IUID), mandatory if the unit price exceeds $5,000.
- Adherence to SRD engineering and AMRDEC Mandated Clauses.
- Strict packaging and marking specifications per MIL-STD-129 and ISPM-15 for Wood Packaging Material (WPM), with specific unit pack, preservation, and dimension limits (e.g., Max Unit Package Weight: 53 LB, Max Unit Package Dimensions: L30, W30, D14 IN).
- Production Lot Testing is required.
- Required production lead time is 240 days without FAT and 360 days with FAT. Bidders must provide their best delivery schedule.
Contract Details & Timeline
- Opportunity Type: Solicitation (RFQ)
- Product Service Code: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment)
- Set-Aside: None specified (open competition, as advertised on SAM.gov)
- Published Date: January 13, 2026
- Proposal Due Date: February 19, 2026, at 7:00 PM EST
Submission & Evaluation
Proposals must be submitted in writing and include a simulated delivery schedule in Microsoft Project or Excel, reflecting actual lead time and manufacturing capacity. Bidders must cite any prior government waivers or exceptions applicable to the NSN. For non-commercial items exceeding $2,500,000, Certified Cost and Pricing Data must be submitted. The proposal cover letter must confirm understanding and accounting for all terms, conditions, and requirements.
Key Attachments & Instructions
Bidders should review all attachments, including:
- Letter Solicitation: Outlines the core requirements and submission details.
- IOR Attachment 3: Provides critical details for CLIN 001, including NSN, part number, quantity (4 units), and lead times.
- Mandatory Clauses Attachment 5: Details procedures for Engineering Change Proposals (ECPs), Value Engineering Change Proposals (VECPs), Requests for Variance (RFVs), and general marking/packaging requirements.
- Packaging Attachment 4: Specifies detailed packaging requirements.
- Orientation on First Article Inspection (FAI) Attachment 1: Informs contractors about the FAI process.
- FAT Worksheet Attachment 2: For requesting waivers of First Article Testing.
Contact Information
Proposals and inquiries should be directed to Timothy Tatum (timothy.tatum@dla.mil, 256-993-9212) and Phyllis Carroll (phyllis.carroll@dla.mil).