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 is soliciting offers for a SERVOCYLINDER. This acquisition is being issued under emergency acquisition flexibilities, with the synopsis waived due to urgency. Offers are due by February 9, 2026. This requirement is for one unit, with delivery required within 90 days.
Scope of Work
This solicitation is for the supply of one (1) SERVOCYLINDER. Key requirements include:
- Newly manufactured spares only: Refurbished, remanufactured, or repaired material will not be accepted.
- Government-approved sources: Offers from non-approved sources will be deemed technically unacceptable.
- Distributor authorization: Distributors of approved sources must submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer via email at the time of proposal submittal.
- Higher-level contract quality requirement: AS/EN/JISQ 9100 or equivalent is required.
- Critical Safety Items (CSI): DFARS clause 252.209-7010 is incorporated by reference.
- Product Verification Testing: DLAD clause 46.292 is incorporated for items with Government inspection and acceptance at the source.
Contract & Timeline
- Type: Solicitation
- Quantity: 1 each
- Delivery: 90 days after award
- Set-Aside: None specified
- Proposal Due: February 9, 2026, 8:30 PM EST
- Published: January 8, 2026
Evaluation
Offers will be evaluated for technical acceptability, specifically requiring newly manufactured spares from government-approved sources. Offers failing these criteria will be ineligible for award.
Additional Notes
This solicitation includes specific instructions for Foreign Military Sales (FMS) portions of the procurement. For non-CLSSA FMS spares, the requirement for Item Unique Identification and Valuation (IUID) (DFARS 252.211-7003) is waived. These FMS assets are owned by customer countries, not delivered to DoD, and will not enter the DoD supply chain, thus negating the need for DoD tracking marks.