SERVOCYLINDER
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 Philadelphia, PA, under the Department of Defense, is soliciting offers for SERVOCYLINDER units. This solicitation is issued under Emergency Acquisition Flexibilities Authority, with the synopsis waived due to urgency. Offers are due by February 9, 2026, at 8:30 PM Z.
Scope of Work
This opportunity is for the procurement of 12 each SERVOCYLINDER units (Product Service Code: 6615 - Automatic Pilot Mechanisms And Airborne Gyro Components). Key requirements include:
- Newly manufactured spares only; refurbished, remanufactured, or repaired material is unacceptable.
- Supplies must be from government-approved sources. Distributors of approved sources must submit an authorized distributor letter on the source's letterhead at the time of proposal submittal.
- Compliance with Critical Safety Items (CSI) and Product Verification Testing clauses as applicable.
- Quality Requirement: AS/EN/JISQ 9100 or equivalent.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: None (Unrestricted)
- Proposal Due: February 9, 2026, 8:30 PM Z
- Published Date: January 8, 2026
- Delivery: 90 days after order for 12 units.
- Warranty: 12 months, with defects to be reported within 45 days of discovery.
- Payment: Wide Area Workflow (WAWF) using Invoice and Receiving Report (Combo) / Invoice 2in1.
Evaluation
Offers from sources not on the government-approved list will be deemed technically unacceptable. Distributors must provide proof of authorization. The solicitation incorporates clauses for Item Unique Identification and Valuation (IUID), Inspection of Supplies, and Higher-Level Contract Quality Requirements.
Additional Notes
This procurement includes specific instructions for Foreign Military Sales (FMS) portions, exempting non-CLSSA FMS spares from IUID requirements as these assets are for FMS customer countries and will not enter the DoD supply chain. Proposals should be submitted via email to KAILEIGH.BLAKER@DLA.MIL in lieu of fax.