NSN 1560-009031018, Pylon Idler Mount, 22F, Helicopter, Iroquois, HH/UH-1

SOL #: SPE4A726R0493_JAJustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION
RICHMOND, VA, 23237, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Airframe Structural Components (1560)

Set Aside

No set aside specified

Timeline

1
Posted
May 11, 2026

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, under the Department of Defense, is issuing a Justification for Other Than Full and Open Competition for the acquisition of the Pylon Idler Mount (NSN 1560-009031018) for Iroquois HH/UH-1 Helicopters. This acquisition, under Solicitation Number SPE4A726R0493, is justified on a sole source or limited competition basis due to specific technical and data limitations. The estimated value of this acquisition is between $10 Million and $100 Million.

Scope of Work

This requirement is for the Pylon Idler Mount (NSN/PN: 1560-009031018). The Estimated Annual Demand (EAD) is 50 units for one period and 100 units for another period.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Indefinite Quantity Contract (IQC)
  • Duration: 5-Year Base Period with no options.
  • Estimated Value: Between $10 Million and $100 Million.
  • Published Date: May 11, 2026

Justification for Limited Competition

This acquisition is being conducted under the authority of 10 U.S.C. 3204(a)(1), which permits other than full and open competition when supplies or services are available from only one or a limited number of responsible sources. Key reasons cited include:

  • This is a second or subsequent acquisition for the item.
  • The part requires engineering source approval by the design control activity.
  • The Government lacks sufficient, accurate, or legible data to purchase from sources other than the current one.
  • The acquisition is restricted to Government-approved sources due to military-sensitive technology.
  • The cost to breakout the part for competitive acquisition has been determined to exceed projected savings.

Response & Engagement

A sources sought notice was posted on Contract Opportunities on March 17, 2026, to maximize competition, but no contractors responded. The acquisition was synopsized on or about March 19, 2026. The solicitation will include Procurement Note L04 and alternate Procurement Note M06 to allow potential new sources to submit data for consideration.

Additional Notes

Acquisitions over $15 million require technical certification. The situation regarding the sole source justification for this NSN remains unchanged from previous reviews. The anticipated cost to the Government is deemed fair and reasonable based on historical prices.

People

Points of Contact

Tatjana KlemmerPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: May 11, 2026