NSN4810-00-866-8132OK_ValveButterfly_J85-PN37D401214P104_FD2030-26-00753
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 U.S. Air Force, through DLA Aviation at Oklahoma City, OK, is conducting market research via a Sources Sought Synopsis to identify potential sources for the Spares Procurement of a specific butterfly valve (NSN: 4810-00-866-8132OK, P/N: 37D401214P104). This effort aims to determine if the requirement can be competitive or designated as a Small Business Set-Aside. This is not a Request for Proposal, and no contract will be awarded based on this market research. Responses are due February 5, 2026.
Scope of Work
This market research focuses on identifying capabilities for the procurement and manufacture of component parts for the specified butterfly valve. Potential responsibilities for interested sources include:
- Inspection, testing, preservation/packaging, and shipping.
- Supply chain management, logistics planning, and forecasting.
- Long-lead time procurement and managing diminishing manufacturing sources.
- Shipping serviceable assets. This requirement is for a new spares buy and does not include a repair component. The estimated spares requirement date is April 1, 2027.
Contract & Timeline
- Type: Sources Sought / Market Research
- Estimated Value: To be determined
- Period of Performance: To be determined
- Response Due: February 5, 2026, by 22:00:00Z
- Published: January 5, 2026, by 19:35:30Z
Eligibility & Set-Aside
The government is interested in all potential sources, including Large Businesses, Small Businesses, Small Disadvantaged Businesses, 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The applicable NAICS Code is 336412 with a size standard of 1,500 employees.
Technical Data & Source Approval
Potential sources must complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. QRs and Engineering Data List (EDL), if applicable, are attached to the original notice. Government-provided data is annotated on the EDL; if no EDL is provided, sources must independently acquire technical data. Requests for Engineering Drawings should be submitted via email to ocalc.lgldo.public@us.af.mil. SAR packages must be submitted electronically via DoD SAFE (https://safe.apps.mil/). Inquiries regarding the Tinker SAR Process should be directed to the AFSC Small Business Office.
Submission & Evaluation
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov to participate. Questions regarding this post should be submitted to dlaaviation.aob.sourcessought@us.af.mil. Responses will be used for market research purposes only.
Additional Notes
The anticipated Place of Performance is Tinker AFB, OK 73145 USA. The information in this notice is current as of the publication date and is subject to change.