Hydraulic Actuator in support of the RQ-4 Global Hawk program
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 Warner Robins, GA is conducting market research to identify potential sources for the Hydraulic Actuator (NSN 2840-01-599-5466, P/N 23090159) in support of the RQ-4 Global Hawk program. The Government intends to award a sole-source contract to Rolls-Royce Corporation due to a lack of technical data. Interested parties must identify their capabilities by April 1, 2026.
Scope of Work
This requirement is for a Rolls-Royce Hydraulic Actuator, a two-part assembly consisting of a control motor and a Linear Variable Differential Transformer (LVDT). This assembly provides critical positional feedback to the Full Authority Digital Engine Control (FADEC) for precise positioning of the engine's turbine motor. The original equipment manufacturer is Rolls-Royce Corporation (CAGE 63005), which developed the item specifically for the C-130's mission and operational requirements. The Government does not possess any data, drawings, schematics, or other releasable technical data for this item. Consequently, Rolls-Royce is currently the only known source with the necessary knowledge, technical data, and capabilities to produce this item and ensure equipment compatibility.
Contract & Timeline
- Type: Sources Sought / Market Research (Intent to Sole-Source)
- Agency: DLA Aviation at Warner Robins, GA
- Intent: Award a sole-source contract to Rolls-Royce Corporation for manufacturing the hydraulic actuator.
- Justification: Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
- Set-Aside: None (Sole-Source Intent)
- Response Due: April 1, 2026 (for interested parties to identify capabilities)
- Published: February 26, 2026
Additional Notes
This is a sources sought synopsis for informational purposes only and is not a Request for Proposal (RFP). It does not constitute a solicitation, and the Government is not obligated to award a contract based on responses. No funds are available to compensate for the preparation of responses. Any information submitted is strictly voluntary. Interested parties should contact Mori Russell (mori.russell@us.af.mil) and Jerry Latimer (Jerry.Latimer@us.af.mil).