NOZZLE SEGMENT,TURB

SOL #: SPRTA1-25-R-0145Pre-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

Place of performance not available

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 28, 2025
2
Response Deadline
Jun 12, 2025, 8:00 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 13 June 2025 and estimated closing/response date 18 July 2025.

2. RFP #: SPRTA1-25-R-0145

3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145

4. PR#: FD2030-24-00478

5. Nomenclature/Noun: NOZZLE SEGMENT,TURB

6. NSN: 2840-01-290-3233 NZ

7. PN: 4059480 / 4067092

8. Application (Aircraft): F100 engine

9. AMC: 1/C

10. History: Last 3 buys – Contract number SPE4A121G0001/SPRTA123F0095 Award Date 24 Feb 2023 to Raytheon Technology Corporation. Contract number SPE4A115G0006/SPRTA120F0064 Award Date 10 Jan 2020 to Raytheon Technology Corporation. Contract number SPE4A115G0006/SPRTA119F0005 Award Date 04 Oct 2018 to Raytheon Technology Corporation.

11. Description: Enhances aero dynamics for proper airflow for f-16 fighter aircraft.

12. Dimensions: 2.50 in. long X 6.50 in. wide X 0.75 in. high, weighing 2.30 lbs.

13. Material: Titanium Alloy

14. A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows:

Quantity: 375 EA

LINE ITEM 0001:

Destination: DTW004

Delivery: 373 EA ON OR BEFORE 16 July 2025

BEQ Required Quantity: 373 each

LINE ITEM 0002:

Destination: DTH003

Delivery: 2 EA ON OR BEFORE 16 July 2025

BEQ Required Quantity: 2 each

15. Qualified Sources:  

  1. Raytheon Technology Corporation (Cage: 52661) dba. Pratt Whitney
  2. Paradigm Manchester Inc. (Cage: 1J4P3)

16. Set-aside: No Set-aside

17. Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item.

18. Mandatory Language: Electronic procedures will be used for this solicitation.   Only written or faxed requests received directly from the requestors are acceptable.  Note:  An Ombudsman has been appointed to hear concerns from Offerors 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 call Ombudsman at (405) 855-3552.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

19. Justification: Supplies (or Services) required are available from only one or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements.

20. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.  One or more of the items under this acquisition is subject to Free Trade Agreements.

21. Based upon market research, the Government IS NOT using the policies contained in Far 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.

22. Item Unique Identification (IUID): Yes

23. Export Control DOES apply.

24. Anticipated Award date: estimated 45 calendar days after solicitation closing date

25. 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 Adrian Campos at adrian.campos@us.af.mil.

People

Points of Contact

Ryan NewtonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 28, 2025
NOZZLE SEGMENT,TURB | GovScope