GOVERNOR, CONSTANT S
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 issuing a Presolicitation for GOVERNOR, CONSTANT S (NSN: 1650-01-034-8976HS, PN: 700474F). This notice indicates the government's intent to procure spares for this component, primarily for F-15 and F-16 aircraft constant speed drives. The solicitation is expected to be a firm fixed-price contract and will be issued to a limited number of sources. The estimated solicitation issue date is March 9, 2026, with an estimated closing date of April 9, 2026.
Scope of Work
The requirement is for the procurement of GOVERNOR, CONSTANT S units. This component regulates oil flow to port plates, consisting of housing, flyweights, sleeve and stem assembly, gears, springs, and pins. Its function is to control output frequency by adjusting the wobbler angle to adapt to load requirements and input speeds, and to control the position of the control piston. These governors are used in F-15 and F-16 aircraft constant speed drives.
Contract & Timeline
- Contract Type: Firm Fixed-Price (contemplated)
- Estimated Issue Date: March 9, 2026
- Estimated Closing/Response Date: April 9, 2026
- Total Line Item Quantity: Best Estimated Quantity of 122 EA (range 31 EA to 183 EA), subject to revalidation by USAF.
- Required Delivery Date: July 16, 2030 (early delivery acceptable).
- Published Date: February 18, 2026
Submission & Evaluation
- The solicitation will be available for download at www.fbo.gov; hardcopies will not be provided.
- Interested sources may submit a capability statement, proposal, or quotation.
- This is not a request for competitive proposals; the government intends to solicit and negotiate with only one or a limited number of sources under FAR 6.302.
Eligibility / Set-Aside
- Set-Aside: N/A
- Qualified Sources Identified: Hamilton Sundstrand Corp (Cage: 99167) and Intertrade Limited (Cage: OSVE9).
- Qualification Requirements: Do not exist.
- Export Control Requirements: No.
Additional Notes
- History indicates a previous non-competitive award to Intertrade Limited in April 2025.
- UID requirements are applicable.
- Questions concerning this synopsis or subsequent solicitation should be directed to Brent Weilmuenster at brent.weilmuenster@us.af.mil or by phone at 385-591-2959.