HOUSING ASSEMBLY, MA

SOL #: SPRTA125R0185Solicitation

Overview

Buyer

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

Place of Performance

S Coffeyville, OK

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Engine Fuel System Components, Aircraft And Missile Prime Movers (2915)

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
Jun 3, 2026, 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 a FUEL PUMP HOUSING (NSN: 2915-00-948-1088 RV), designated as a Critical Safety Item and High Value Item. This is an unrestricted, Firm Fixed-Price solicitation. An amendment has extended the proposal due date to June 3, 2026, and introduced an option for New/Unused Government Surplus material in addition to new manufacture.

Scope of Work

This opportunity, Solicitation Number SPRTA125R0185, is for the procurement of a FUEL PUMP HOUSING. The solicitation now includes two distinct line items:

  • Line Item 0001: For New Manufactured Material.
  • Line Item 0002: For New/Unused Government Surplus material.

All items require Unique Item Identification (IUID). The place of performance is S Coffeyville, OK, with shipping directed to DLA DISTRIBUTION DEPOT OKLAHOMA.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Set-Aside: Unrestricted (Full and Open Competition).
  • NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing), with a size standard of 1,500 employees.
  • Estimated Quantity: 15 EA (Minimum 4 EA, Maximum 23 EA).
  • Delivery: Expected within 365 Calendar Days from award.

Submission & Evaluation

  • Proposals Due: June 3, 2026, by 3:00 PM (Central Time, based on issuing office location).
  • Offerors must clearly identify whether their proposal is for New Manufacture Material (Line Item 0001) or New/Unused Government Surplus (Line Item 0002).
  • Proposal prices must remain firm for 120 days.
  • Evaluation factors are listed in descending order of importance, with non-cost factors, when combined, considered approximately equal to cost or price.

Key Requirements

  • Packaging: Strict adherence to MIL Long Line Packaging, Preservation Level MIL, Packaging Level B. This includes specific Wood Packaging Material (WPM) compliance, mandating de-barked and heat-treated wood (56°C for 30 minutes) with ALSC-recognized certification. Marking must follow MIL-STD-2073-1 and MIL-STD-129.
  • Transportation: F.O.B. Origin. Bidders are required to coordinate shipping instructions with DCMA using the SIR eTool System. Relevant FAR Citations include 52.247-29, 52.247-53, and 47.305-10.
  • Inspection & Acceptance: Will be conducted at the Origin.

Additional Notes

This solicitation incorporates numerous FAR and DFARS clauses. Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF) is mandatory. For inquiries, contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or 4457372449.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 4, 2026
HOUSING ASSEMBLY, MA | GovScope