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 as a limited source procurement under 10 U.S.C. 2304(c)(1) and FAR 6.302, meaning the government intends to solicit and negotiate with only one or a limited number of sources. Proposals are due March 19, 2026.
Scope of Work
This requirement is for the supply of Servovalve, Hydraulic units, which are critical components for directing hydraulic pressure to lower or raise flaps and spoilers on C/KC-135 aircraft. 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 Deliveries for the latter items are in accordance with DD Form 1423-1 (CDRL) and Form 260.
Contract & Timeline
- Type: Solicitation (RFP# SPRTA1-26-R-0037)
- Set-Aside: Not set aside (Limited Source Justification)
- Published: February 17, 2026
- Proposal Due: March 19, 2026
- Anticipated Award: 90 days after notice issuance.
- Required Delivery: Varies by line item, with the primary Servovalves due by August 1, 2027, and February 1, 2027.
Key Requirements & Qualifications
- Qualification: Only actual manufacturers who have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality, can be considered approved sources. Qualification requirements are detailed in the JACG Aviation SAM Handbook.
- Export Control: Contractors are REQUIRED to be "EXPORT CONTROLLED" certified to receive and view drawings. Registration is via https://www.dla.mil/Logistics-Operations/Services/JCP/.
- Data Rights: The Government does not own the data or rights to the data needed to manufacture this item; interested firms are encouraged to contact the OEM.
- UID: UID requirements will apply.
- Surplus: Not authorized.
Evaluation & Submission
- Evaluation: While price will be a significant factor, the final contract award decision may be based upon a combination of price and past performance factors.
- Submission: Electronic procedures will be used, and the solicitation will be available for download only at www.sam.gov. This notice of intent is not a request for competition; however, all proposals received within 45 days of the synopsis publication will be considered.
- Commercial Items: The Government is not using Part 12 (Acquisition of Commercial Items). Interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice.
Additional Notes
Small business firms are encouraged to explore subcontracting opportunities with the listed qualified sources. Foreign-owned firms should contact the contracting officer regarding potential restrictions. An Ombudsman is available for concerns (385-591-1672), but not for solicitation requests.