INDICATOR, HYDRAULIC
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.
Solicitation for End Item: F-15 Aircraft, Indicator, Hydraulic, NSN: 1650-00-303-5772, 10002156423. TERM OF THE CONTRACT: 60 MONTHS. DELIVERY SCHEDULE 189 DAYS ARO. Configuration Control item. NAICS is 336413. This is 100% small business set aside, full and open after exclusion of sources procurement. Potential Sources: PTI Technologies, Inc., CAGE 05228; Pall Aeropower Corp., CAGE 18350; Bahr Machine Co. Inc., CAGE 75201. FOB Destination, Inspection/Acceptance: Destination. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for the 5-year base period will be 840 each. Export Control drawings. Available specifications, plans, or drawings relating to the procurement described will be furnished by the Government. Request is for a written proposal. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp on the issue date cited in the solicitation. The solicitation will be issued on or about December 4, 2025. All responsible sources may submit an offer, which will be considered. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. POC: Renee Griffin; Email address: renee.griffin@dla.mil.