Heat Exchanger, Air
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, OK is soliciting proposals for the New Manufacture of Heat Exchanger, Air (NSN: 1660-01-350-8210FW, PN: 793305-2) for the B-2 aircraft. This is an unrestricted acquisition, and the Government intends to solicit and negotiate with only one or a limited number of sources under FAR 6.302. However, all responsible sources may submit a capability statement or proposal for consideration. Proposals are due June 12, 2026, at 3:00 PM.
Scope of Work
This opportunity requires the new manufacture of a Heat Exchanger, Air, which transfers hot bleed air from the air cycle machine compressor and passes cold air to overboard ducts. The dimensions are L=31.0000 in; W=17.30000 in; H=12.7000 in; WT=42.7000 LB, made of aluminum alloy and various other metals. The requirement includes:
- Line Item 0001: 12 EA Production Items (Min: 3 EA; Max: 18 EA) to be delivered to Tinker AFB, OK by February 24, 2027. This is a high-value item requiring "Origin" inspection and acceptance, and compliance with ISO 9001-2015 standards.
- Line Item 0002: 1 EA First Article, also requiring "Origin" inspection and acceptance, subject to First Article Test, Certification, and Disposition Requirements, with delivery within 120 calendar days from the contract date.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- RFP Number: SPRTA1-26-R-0246.
- Set-Aside: Unrestricted (N/A).
- Estimated Issue Date: May 12, 2026.
- Proposal Submission Deadline: June 12, 2026, at 3:00 PM.
- Required Delivery (L/I 0001): February 24, 2027 (early delivery acceptable).
- Required Delivery (L/I 0002): Within 120 calendar days from contract date.
- Anticipated Award Date: 60 days after issuance of the notice.
Evaluation
Award will be based on a Best Value Process, Performance Price Tradeoff (PPT) source selection procedure. Proposals will be evaluated on Technical Acceptability, Cost/Price, and Past Performance. Technical acceptability is a prerequisite. Tradeoffs may be made between price and past performance for technically acceptable proposals. Past performance will be determined using the offeror's "Supplier Risk Score" in the Supplier Performance Risk System (SPRS).
Additional Notes
- Qualification Requirements: Do not exist.
- Export Control: No export control requirements.
- IUID: IUID requirements will apply.
- Qualified Sources: Hamilton Sundstrand Corporation (Cage: 73030) and Aero Core X (Cage: 8HLS2).
- Data Rights: The Government does not own the data rights for this item.
- Ombudsman: An Ombudsman is available to hear concerns from offerors at (405) 855-3552.
- Contact: Questions can be directed to Dana Kaiser at 385-591-3150 or Dana.Kaiser@us.af.mil.