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 SERVOCYLINDER units. This solicitation is issued under Emergency Acquisition Flexibilities, with the synopsis waived due to urgency. Only newly manufactured spares from government-approved sources will be accepted. Proposals are due by February 9, 2026.
Scope of Work
This opportunity is for the procurement of 3 SERVOCYLINDER units. Key requirements include:
- Quality: Adherence to AS/EN/JISQ 9100 or equivalent standards.
- Delivery: Required within 90 days after award.
- Warranty: 12 months, with defects reported within 45 days of discovery.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None (Unrestricted)
- Response Due: February 9, 2026, 8:30 PM EST
- Published: January 8, 2026
Requirements
- Material: Only newly manufactured spares are acceptable; refurbished, remanufactured, or repaired materials are ineligible.
- Source: Offers must come from government-approved sources of supply. Distributors of approved sources must submit an authorized distributor letter on the source's letterhead at the time of proposal submittal.
- Critical Safety Items (CSI): DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference.
- Inspection: For items with Government inspection at the source, DLAD clause 46.292, Product Verification Testing, is incorporated.
- Contractor Business Systems: DFARS clause 252.242-7005, Contractor Business Systems, is incorporated as applicable.
- Payment: Wide Area Workflow (WAWF) payment instructions apply, requiring Invoice and Receiving Report (Combo) or Invoice 2in1.
Additional Notes
This procurement includes a Foreign Military Sales (FMS) portion. For non-CLSSA FMS spares, the DFARS 211.274 requirement for Item Unique Identification and Valuation (IUID) is deleted. These FMS assets are wholly owned by customer countries, not covered by CLSSA, and will be delivered to the customer country for their sole use, never entering the DoD supply chain or being owned by the U.S. Government. Proposals should be emailed to KAILEIGH.BLAKER@DLA.MIL.