NSN: 2840-01-308-4467NZ P/N: 4070107 Noun: Liner, Augmentor
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 Oklahoma City has issued a Small Business Set-Aside solicitation (RFP #SPRTA1-26-R-0124) for the manufacture of Linear Augmentors (NSN: 2840-01-308-4467NZ, P/N: 4070107), made from Columbium Alloy, for the F-100 Engine. This is a negotiated acquisition seeking a Best Value award. Offers are due by January 26, 2026, at 3:00 PM.
Scope of Work
The solicitation requires the manufacturing of Linear Augmentors, which protect F-100 engine convergent segments from high exhaust temperatures. The estimated quantity is 598 units, with a minimum of 150 and a maximum of 900. The contract includes specific Contract Line Item Numbers (CLINs) for First Article Destructive Testing, Non-Destructive Testing, Test Plans, Test Reports, and Production Units.
Contract Details & Requirements
- Contract Type: Negotiated Acquisition (RFP)
- Set-Aside: Small Business
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a 1,500-employee size standard.
- First Article Testing: Requires 3 first article parts (2 for production, 1 additional). A Test Plan (DD Form 1423) is due 45 days from contract award, and a Test/Inspection Report (per DI-NDTI-80809B) is due 120 days after government approval of the test plan. Manufacturing must occur at the contractor's facilities, adhering to drawing 4070107 and LPF-QAR-003. A waiver for first article testing may be possible under specific conditions.
- Manufacturer Qualification: Vendors must meet Manufacture Qualification Requirements (MQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI), which includes submitting a Company Profile and a Source Approval Request (SAR).
- Packaging & IUID: Packaging must comply with ISPM No. 15 for wood packaging material, MIL-STD-2073-1, and MIL-STD-129. Item Unique Identification (IUID) marking is required per DFARS 252.211.7003 and MIL-STD-130, using a "Bag/Tag" method.
- F.O.B. Terms: Origin and Destination / First Article F.O.B. Destination. Shipments are primarily to DLA DISTRIBUTION DEPOT OKLAHOMA at Tinker AFB, with special instructions for first article items.
Evaluation & Submission
Proposals will be evaluated using a Best Value Process with a Performance Price Tradeoff (PPT) source selection procedure. Evaluation factors, in descending order of importance, are: Technical, Cost/Price, Past Performance (based on Supplier Risk Score in SPRS), and Small Business Participation Factor. Technical acceptability and Small Business Participation Plan acceptability are prerequisites. The Government intends to award without discussions. Offers must hold prices firm for 120 calendar days.
Key Dates
- Solicitation Issue Date: December 23, 2025
- Offers Due: January 26, 2026, at 3:00 PM (Central Time, assuming DLA Oklahoma City)
Contact Information
For questions, contact Alex Varughese at alex.varughese.1@us.af.mil.