Frame, Front Aircraft

SOL #: SPRTA1-26-R-0081Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 6, 2025
2
Last Updated
Apr 20, 2026
3
Response Deadline
Nov 24, 2025, 8:00 PM

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 soliciting proposals for the new manufacture of a Frame, Front Aircraft (NSN: 2840-00-868-9161 OK / PN: 6000T94G01). This is identified as a Critical Safety Item, and early delivery is acceptable. The acquisition is a Small Business Set-Aside. Proposals are due by May 22, 2026, at 3:00 PM.

Scope of Work

This solicitation requires the new manufacture of an aircraft front frame, which directs air into the compressor and serves as housing for the engine number 1 bearing. Surplus parts are explicitly NOT authorized. The item must be manufactured to AMS 5504 and AMS 5613 standards.

Contract & Timeline

  • Contract Type: Solicitation, implied Firm Fixed Price based on Section B.
  • Set-Aside: Small Business (NAICS code 336412, size standard 1,500 employees).
  • Required Delivery: October 31, 2026.
  • Proposal Due: May 22, 2026, 3:00 PM (Central Time).
  • Published Date: April 20, 2026.

Evaluation

Award will be based on a Best Value Process utilizing a Performance Price Tradeoff (PPT) source selection procedure. Evaluation factors include:

  • Technical: Must be acceptable as a prerequisite.
  • Cost/Price: Will be evaluated approximately equally with Past Performance for technically acceptable quotes.
  • Past Performance: Assessed using the Supplier Performance Risk System (SPRS) and other available data. The Government reserves the right to award without discussions.

Additional Notes

The solicitation incorporates numerous FAR and DFARS clauses covering quality assurance, inspection, acceptance, payment, and contract administration. Specific packaging instructions are detailed in MIL-STD-2073 and MIL-STD-129. Unique Item Identification (IUID) marking is required per MIL-STD-130.

People

Points of Contact

Jeremy BryantSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Apr 20, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 19, 2026
View
Version 2
Pre-Solicitation
Posted: Nov 7, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 6, 2025