Owego LTC 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 is issuing a Combined Synopsis/Solicitation for additions to an existing long-term contract, SPE4AX-25-D-P003, for 31 National Stock Numbers (NSNs) of Miscellaneous Aircraft Accessories And Components. This procurement is anticipated to be awarded on a sole-source basis to Lockheed Martin Corporation, supported by a Justification and Approval (J&A) in accordance with FAR 6.302-1. The letter Request for Proposal (RFP) to the OEM is expected on April 23, 2026.
Scope of Work
This effort involves the procurement of 31 specific NSNs, which are detailed in the attached NIIN List.xlsx document. The list includes Federal Supply Class (FSC), National Item Identification Number (NIIN), Part Number (P/N), and NSN. Specifications, plans, or drawings are not available from the Government. Bidders must have access to the necessary data or provide traceability to approved sources. Freight-on-board (FOB) is at Origin, with inspection and acceptance also at Origin. There are no special test requirements.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Vehicle: Additions to existing long-term contract SPE4AX-25-D-P003
- Set-Aside: None specified (sole source)
- Anticipated Awardee: Lockheed Martin Corporation (sole source)
- Letter RFP Issue Date (to OEM): April 23, 2026
- Synopsis Closing Date (for non-OEM/surplus responses): April 22, 2026, at 5:00 PM ET
- Published Date: April 7, 2026
Response Requirements
While the primary intent is a sole-source award to the OEM, non-OEM sources and surplus dealers are invited to express interest.
- Non-OEM Sources: Must notify the contracting officer prior to the synopsis closing date. Responses should identify items of interest and include evidence of ability to supply for the contract period, along with quantity available and price.
- Surplus Dealers: Must respond with a completed surplus certificate (DLAD 52.211-9000, Government Surplus Material) or adequate traceability documentation. Responses should also identify items, quantity, and price.
- All responses from non-OEMs and surplus dealers must be forwarded to the contracting officer, Bobby Hornsby (bobby.hornsby@dla.mil), and the SBA PCR, Steven Powell (Steven.Powell@sba.gov). The Government reserves the right to alter its acquisition strategy based on these responses.
Attachments
The NIIN List.xlsx provides a critical reference for specific parts, including FSC, NIIN, P/N, and NSN, which bidders should review to understand the technical scope.