J85 VALVE BUTTERFLY, NSN: 4810-00-866-8132OK, PN: 123335-3

SOL #: SPRTA1-26-R-0228SolicitationSole Source

Overview

Buyer

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

Place of Performance

Irvine, CA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Valves, Powered (4810)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
May 13, 2026
3
Submission Deadline
Jun 12, 2026, 9:00 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 intends to procure J85 Butterfly Valves (NSN: 4810-00-866-8132OK, PN: 123335-3) through a Sole Source Acquisition. These critical safety items prevent ice formation on J85 engine inlet guide vanes. The solicitation, SPRTA1-26-R-0228, is for new manufacture of these valves. Offers are due by June 12, 2026, at 4:00 PM.

Scope of Work

This opportunity is for the supply of Valve, Butterfly, NSN 4810-00-866-81320K, PN 123335-3. Key specifications include: 300 Series Stainless Steel body, dimensions L=7.2100 in, W=3.3820 in, H=3.1200 in, WT=2.5000 LB. The required quantity is 197 Each, with a minimum of 49 EA and a maximum of 296 EA. Delivery is required by April 1, 2027, to SW3211, Tinker AFB, OK.

Contract Details

  • Contract Type: Firm Fixed-Price (implied from Section B of solicitation)
  • Set-Aside: Not Applicable (Sole Source Acquisition)
  • Product Service Code: 4810 (Valves, Powered)
  • NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,500 employees.
  • Place of Performance: Irvine, CA (as per metadata, though delivery is Tinker AFB, OK).

Submission & Evaluation

This is a sole source acquisition, with the government intending to negotiate with only one or a limited number of sources under FAR 6.302. Qualified sources, specifically Meggitt North Hollywood, Inc. (Cage: 79318), are identified. However, all responsible sources may submit a capability statement, proposal, or quotation within 45 days of the synopsis publication (March 31, 2026) for consideration. Offerors must be approved sources and Export Control Certified to view associated drawings. Evaluation will consider price and past performance.

Additional Requirements

  • Item Unique Identification (IUID): Required per DFARS 252.211-7003 and MIL-STD-130, with specific marking instructions for part number, CAGE, and serial number on shipping containers.
  • Packaging: Must comply with MIL-STD-2073-1 and MIL-STD-129, including debarked and heat-treated Wood Packaging Material (WPM) with certification.
  • Transportation: FOB Origin or Destination, with coordination required with DCMA Transportation for shipping instructions.
  • Quality Assurance: Includes Higher Level Contract Quality Requirements (FAR 52.246.11), ISO 9001:2000, AS9100, or equivalent.
  • Contact: John Nolan, john.nolan.8@us.af.mil, 385-591-1668.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: May 13, 2026
Version 1
Pre-Solicitation
Posted: Mar 31, 2026
View