NSN: 1680-01-057-3391RK PN: 16VP003-3 RECEPTACLE ASSEMBLY

SOL #: SPRTA1-26-Q-2496Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 13, 2026, 10:00 PM

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, OK has issued a Solicitation (RFP SPRTA1-26-Q-2496) for a RECEPTACLE ASSEMBLY (NSN: 1680-01-057-3391RK, PN: 16VP003-3). This is a Firm Fixed-Price contract for the procurement of one unit. The acquisition is expected to be below the Simplified Acquisition Threshold, and a formal synopsis has been waived. Proposals are due by April 13, 2026, at 5:00 PM CST.

Scope of Work

This solicitation seeks to procure one (1) RECEPTACLE ASSEMBLY with National Stock Number 1680-01-057-3391RK and Part Number 16VP003-3. The Technical Data Package (TDP) is incorporated by reference and is accessible via SAM.gov, though access is restricted.

Key Requirements & Deliverables

  • Item: RECEPTACLE ASSEMBLY (NSN: 1680010573391RK, PN: 16VP003-3)
  • Quantity: 1 Each
  • Quality Assurance: Requires compliance with HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS AS 9100.
  • Inspection/Acceptance: At Origin, with a Receiving Report Required.
  • IUID: Applies per DFARS 252.211.7003.
  • Packaging: Must adhere to MIL-STD-2073-1 and MIL-STD-129. Special Packaging Instructions (SPI) F WF-117-2012 are applicable, noting the item contains residual fuel and is classified as hazardous material (UN3363, Class 9).
  • Transportation: FOB Origin, with compliance to applicable attached transportation documents.

Contract Details

  • Type: Firm Fixed Price
  • Set-Aside: None specified
  • Estimated Value: Not stated (below SAT)

Submission & Evaluation

  • Proposal Due Date: April 13, 2026, no later than 5:00 PM CST.
  • Submission Method: Proposals must be submitted electronically via Contract Opportunities.
  • Contact: All proposals and questions should be directed to Logan Hurtz at logan.hurtz@us.af.mil.
  • Evaluation: Offerors must certify that their firm fixed-price proposal is a competent business decision, implying a price-based evaluation.

Additional Notes

The bidset information, including the Technical Data Package, is available on SAM.gov. The formal synopsis for this acquisition was waived under FAR 5.202(a)(13) due to the action being below the simplified acquisition threshold and utilizing the Governmentwide Point of Entry (GPE) for electronic responses.

People

Points of Contact

Files

Files

Download
View
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 11, 2026
Version 1
Pre-Solicitation
Posted: Mar 4, 2026
View
NSN: 1680-01-057-3391RK PN: 16VP003-3 RECEPTACLE ASSEMBLY | GovScope