Pump, Fuel, Metering
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 is soliciting proposals for Fuel Metering Pumps (NSN 2915-01-454-6663 and 2915-01-041-8639) for F-16 aircraft. This acquisition is a Small Business Set-Aside. The solicitation, RFP# SPRTA1-26-R-0002, has been amended to extend the proposal deadline to February 27, 2026.
Scope of Work
This Request for Proposal (RFP) seeks new manufactured materiel for 196 Fuel Metering Pumps (with a range of 49-294 units) to be delivered in staggered increments between May 2027 and March 2028 to Tinker AFB, OK. Key requirements include Unique Item Identification (IUID) and Higher Level Contract Quality Requirements (AS9100). Inspection and acceptance will occur at the origin. Special packaging instructions apply due to residual fuel, requiring hazardous material handling. The pumps are specifically for F-16 aircraft.
Contract & Timeline
- Type: Request for Proposal (RFP# SPRTA1-26-R-0002), implied Firm Fixed-Price.
- Set-Aside: Small Business Set-Aside.
- NAICS Code: 336413 (Aircraft Parts and Auxiliary Equipment Manufacturing), Size Standard: 1,250 employees.
- Proposal Due: February 27, 2026, at 4:00 PM.
- Published: November 5, 2025 (original), with the latest amendment posted January 27, 2026.
Evaluation
Proposals will be evaluated using Lowest Price Technically Acceptable (LPTA) procedures. Technical Capability and Cost/Price are evaluation factors of equal importance. Technical acceptability is based on meeting minimum requirements and schedule dates. While price is a significant factor, the final contract award decision may also consider past performance.
Additional Notes
The Government does not own the data or rights needed to manufacture this item; interested firms are encouraged to contact the OEMs (Parker-Hannifin Corp. and Eaton Industrial Corp.). This acquisition is authorized under 10 U.S.C. 2304(c)(1) for a limited number of sources, but all responsible sources may submit proposals. Electronic procedures will be used, and the solicitation is available for download only at www.sam.gov. An Ombudsman is available for concerns (385-591-1672).