Servovalve, Hydraulic
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 is issuing a solicitation (RFP# SPRTA1-26-R-0037) for Servovalve, Hydraulic spares (NSN: 1650-00-609-8372, PN: 5-97213-2) for C/KC-135 aircraft. This acquisition is justified under FAR 6.302 for a limited number of sources. Proposals are due May 18, 2026, at 4:00 PM Central.
Scope of Work
This requirement is for the supply of Servovalve, Hydraulic units, which are critical components directing hydraulic pressure for aircraft flaps and spoilers. The solicitation includes multiple line items:
- 26 each Servovalve, Hydraulic (delivery by August 1, 2027)
- 2 each Servovalve, Hydraulic (FA) (delivery by February 1, 2027)
- 1 each Servovalve, Hydraulic (FA expended)
- 1 lot FA Test Report
- 1 lot Material of Certification
- 1 lot Certificate of Compliance The servovalves have dimensions of 11"L x 5"W x 5"H, weigh 5.45 lbs, and are made of steel, aluminum, Teflon, and synthetic rubber.
Contract & Timeline
- RFP Number: SPRTA1-26-R-0037
- Opportunity Type: Solicitation (with limited source justification)
- Set-Aside: None (Not set aside)
- Proposal Due: May 18, 2026, 4:00 PM Central (extended by Amendment 0002)
- Published Date: April 10, 2026 (latest amendment)
- Anticipated Award: 90 days after notice issuance.
Key Requirements & Evaluation
- Qualification: Only actual manufacturers who have successfully completed all testing required by the original design company, or manufacturers with government-approved equivalent testing, will be considered approved sources. Qualification requirements are detailed in the JACG Aviation SAM Handbook.
- Export Control: Contractors must be "EXPORT CONTROLLED" certified (via JCP registration at dla.mil/Logistics-Operations/Services/JCP/) to receive and view drawings. Certified contractors must contact the buyer directly to obtain these documents.
- Data Rights: The Government does not own the data or rights to manufacture this item; interested firms are encouraged to contact the OEM.
- Limited Source: This acquisition is based on the authority of 10 U.S.C. 2304(c)(1), indicating that supplies are available from only a limited number of responsible sources. While not a request for competition, proposals received within 45 days of the synopsis publication will be considered.
- Evaluation: Award decisions may be based on a combination of price and past performance factors.
Additional Notes
Electronic procedures will be used, and the solicitation will be available for download only at www.sam.gov. An Ombudsman is available for concerns (385-591-1672), but not for solicitation requests.