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 Oklahoma City, OK, on behalf of the United States Air Force (430th SCMS), is conducting market research through a Sources Sought Synopsis for the new manufacture of SERVOCYLINDERS (NSN: 1650-01-293-1480JY, P/N: 2775510-102) for the C-130 platform. The government aims to identify potential sources and determine the acquisition strategy, including potential small business set-asides. Responses are due by February 18, 2026.
Purpose & Scope
This Sources Sought is for market research only and is not a solicitation. Its primary purpose is to identify qualified sources capable of manufacturing the specified servocylinder. The government will use the gathered information to decide if a future solicitation can be competitive or set aside for small businesses. This effort focuses on a new spares buy, with an estimated requirement of 43 units, and does not include a repair requirement.
Key Requirements
The core requirement is the new manufacture of the servocylinder, encompassing:
- Procurement/manufacture of component parts.
- Inspection, testing, preservation/packaging, and shipping.
- Potential responsibilities include supply chain management, logistics planning, forecasting production, managing long-lead time parts, and addressing diminishing manufacturing sources.
- Potential sources may also be responsible for nonrecurring engineering costs to become an approved source.
Submission & Eligibility
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov. Responses should include comprehensive business information: Company Name, Address, Point of Contact, CAGE Code, NAICS Code, all applicable business size classifications (Large, Small, SDB, 8(a), SDVOSB, Hubzone, WOSB), Unique Entity Identifier (UEI), and an ownership statement. The government is interested in all business sizes to inform its acquisition strategy.
Technical Data & Source Approval
Potential sources wishing to be qualified are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QRs) for this item. QRs and an Engineering Data List (EDL), if applicable, are attached to the notice. Government-provided data is annotated on the EDL. If no EDL is provided, sources must independently acquire necessary technical data. Requests for engineering drawings should be submitted via email using an Excel spreadsheet. SAR packages must be submitted electronically via DoD SAFE.
Contract & Timeline
- Type: Sources Sought / Market Research
- Response Due: February 18, 2026, at 05:59 AM EST
- Published: February 10, 2026
- Set-Aside: None specified at this stage; market research to determine.
Place of Performance
Tinker AFB, OK 73145 USA.
Contact Information
For general questions regarding this post, email 423scms.workflow@us.af.mil. Do not contact the originator directly. For SAR process questions, contact AFSC/SB at Tinker AFB, OK.