LM Owego Price Pending Add
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 proposes to issue a solicitation for additions to the existing long-term contract SPE4AX-25-D-P003 with Lockheed Martin Corporation. This action is anticipated to include 9 National Stock Numbers (NSNs) and will be awarded on a sole-source basis as supported by a Justification & Approval (J&A) in accordance with FAR 6.302-1. The letter Request for Proposal (RFP) to the OEM is expected on March 18, 2026.
Scope of Work
This opportunity involves adding specific NSNs, identified as sole-source to Lockheed Martin, to an existing contract. The attached document, "SPE4AX26R0012 NSN add.xlsx," provides a list of these NSNs, including Federal Supply Class (FSC), National Item Identification Number (NIIN), Acquisition Method Code (AMC), Acquisition Method Suffix Code (AMSC), and Amplified Part Numbers. The Government will not furnish specifications, plans, or drawings. Inspection and acceptance will occur at Origin, with FOB at Origin.
Contract & Timeline
- Type: Sole-source add to existing long-term contract (SPE4AX-25-D-P003)
- Set-Aside: None (Sole-source to Lockheed Martin Corporation)
- Response Due: March 17, 2026, by 21:00 UTC
- Published: March 2, 2026
- Anticipated RFP Issue Date (to OEM): March 18, 2026
Response Requirements for Non-OEMs/Surplus Dealers
Non-OEM sources interested in any of the NSNs, and surplus dealers, must notify the contracting officer prior to the synopsis closing date. Responses should include:
- Identification of items of interest.
- Evidence of ability to supply items for the contract period.
- Quantity available and price.
- For surplus dealers: a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation. A copy of the letter of interest should be forwarded to the Contracting Officer, Bobby Hornsby (bobby.hornsby@dla.mil), and the SBA PCR, Steven Powell (Steven.Powell@sba.gov). The Government may alter its acquisition strategy based on these responses.
Additional Notes
The Government's intent is to issue a letter RFP to the sole-source OEM. Only vendors with access to the data or traceability to approved sources should bid.