JACK HYDRAULIC, TRIPOD
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 Huntsville, AL is soliciting proposals for a five-year Indefinite Delivery Requirements (IDR) contract for Hydraulic Tripod Jacks (NSN: 1730-00-516-2018, Part Number: 50K25177). This Unrestricted acquisition supports UH-60 ground support equipment. The government intends to issue a delivery order for 25 units with the base award. Proposals are due by April 3, 2026, at 4:00 PM local time.
Purpose & Scope
This solicitation seeks a contractor to provide "JACK, HYDRAULIC, TRIPOD" under a Firm Fixed Price (FFP) indefinite delivery requirements contract. The primary purpose is to support UH-60 ground support equipment. While a base delivery order for 25 units is intended, the government is not obligated to issue further orders beyond the initial award.
Key Requirements & Deliverables
- Item: JACK, HYDRAULIC, TRIPOD (NSN: 1730-00-516-2018, Part Number: 50K25177).
- Packaging: Contractor-furnished reusable container required. Packaging and Marking IAW MIL-STD CODES 2073-1 APPENDIX J (Unit Pack: 001, Intermediate Pack: 000, Level Preservation: Military, Level Packing: B).
- Markings: IUID markings are required per DFARS clause 252.211-7003.
- Inspection & Acceptance: At Origin.
- Delivery: FOB Point: Destination.
- DPAS: This is a DO rated order.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: Five years, structured into segregated one-year ordering periods.
- Estimated Quantity: An initial delivery order for 25 units is intended with the base award. Estimated quantities in the solicitation are not a guarantee of future orders.
Eligibility & Set-Aside
- Set-Aside: This acquisition is Unrestricted.
- Approved Sources: A3 SYSTEMS CORP (CAGE 7D4R3), ATAP INC (CAGE 22638), and COLUMBUS JACK CORP (CAGE 00994).
Submission & Evaluation
- Submission Method: Proposals must be submitted via email. Facsimile proposals will not be accepted.
- Required Documents: Offerors must submit a subcontracting plan in accordance with FAR 52.219-9 ALT II.
- Evaluation Criteria: Award will be based on the best value to the government, considering minimum technical requirements, price reasonableness, cost/pricing data, technical acceptability, past performance, and delivery schedule.
Key Deadlines
- Offer Due Date: April 3, 2026, at 4:00 PM local time.
- Published Date: February 18, 2026.
Additional Notes
Flight Safety/Critical Safety Item (CSI), Production Lot Testing (PLT), First Article Test (FAT), Serial Number Requirement Reporting (SNRR) markings, Aviation Maintenance Management System-Aviation (TAMMS-A) markings, Arms Export Control, Serial Numbering, and Fit Check are not required for this acquisition.