LINER, AUGMENTOR COM

SOL #: SPRTA1-25-R-0268Pre-Solicitation

Overview

Buyer

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

Place of Performance

Tinker AFB, OK

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2025
2
Response Deadline
May 20, 2025, 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.

  1. Estimated issue date 22 May 2025 and estimated closing/response date 25 Jun 2025.
  2. RFP #: SPRTA1-25-R-0268
  3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 2B95
  4. PR#:  FD2030-24-01668
  5. Nomenclature/Noun: LINER, AUGMENTOR COM
  6. NSN:  2840-01-190-6881PR
  7. PN:  5054M24G01
  8. Application: F110
  9. AMC: 1/C
  10. History:  Previously purchased 5 EA per contract FA812214G0001/SPRTA116F0086 on 13 Apr 2016
  11. Description:  Augmenter liner is a sheet metal duct with one row of 20 struts, 20 seals that house the local spray bars, 40 seals that house the fan/core spray bars and 20 support hangers.
  12. Function: to direct the flow of fan discharge air to the exhaust nozzle and directs turbine gases to the mixing duct & seals the two gases from each other’s path where local and fan/core spray bars pass through the duct.
  13. Dimensions:  Length (ft.) 4.0000; Width (ft.) 3.0000; Height (ft.) 4.0000; Weight (lb.) 50.0000
  14. Material:  Steel Alloy
  15. A firm fixed price contract is contemplated.  The item, estimated quantities and required deliveries are as follows:
  16. Quantity:
    • QTY: Line item #0001AA - 1 EA.         FIRST ARTICLE (FA) TO BE EXPENDED
    • QTY: Line item #0001AB - 2 EA.         FIRST ARTICLE TO BE PART OF PRODUCTION
    • QTY: Line item #0001AC - 5 EA.        Production Units
    • QTY: Line item #0001AD- 1 EA.         Production Unit
  17. Destination:
    • Line item 0001AA - FA8111
    • Line item 0001AC - DGR002
    • Line item 0001AB - DGR001
    • Line item 0001AD - DGR002
  18. Delivery: Estimated delivery 08 NOV 2025
  19. Required Quantity: 9 each
  20. Qualified Sources:  
    • General Electric Company (CAGE Code: 07482)
    • Barnes Group Inc. (CAGE Code: 32317)      
    • Turbocombustor Technology, Inc. (CAGE Code: 64043)
  21. Set-aside: No Set-aside
  22. Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item.
  23. Mandatory Language:
    • In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 
    • Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
    • Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
    • Electronic procedures will be used for this solicitation.  Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers or potential offerors during the proposal development phase of this acquisition.  The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel.  When requested, the Ombudsman will maintain strict confidentiality as to source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Interested parties are invited to contact the Ombudsman at (405) 855-3552.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  24. Item Unique Identification (IUID): Yes
  25. Export Control does apply. Offerors are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp.
  26. Anticipated Award date: estimated 45 calendar days after solicitation closing date.
  27. The solicitation will be available for download on the release date from www.sam.gov.  No telephone requests.  Questions concerning this synopsis or subsequent solicitation can be directed to Aric Harmon at aric.harmon.1@us.af.mil.

People

Points of Contact

Aric HarmonPRIMARY
Keith RussSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 5, 2025
LINER, AUGMENTOR COM | GovScope