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 soliciting proposals for Hydraulic Servovalves (NSN: 1650-00-609-8372, PN: 5-97213-2) to be used as spares for C/KC-135 aircraft. This acquisition is not set aside and is being pursued under a limited source justification (FAR 6.302). The Request for Proposal (RFP) SPRTA1-26-R-0037 is expected to be issued on February 17, 2026, with proposals due by March 19, 2026.
Scope of Work
This requirement is for Servovalve, Hydraulic units, described as 11.0" (L) x 5.0" (W) x 5.0" (H), weighing 5.45 lbs, made of steel, aluminum, Teflon, and synthetic rubber. These valves direct hydraulic pressure for aircraft flaps and spoilers. The solicitation includes multiple line items:
- 26 each Servovalve, Hydraulic (delivery by Aug 1, 2027)
- 2 each Servovalve, Hydraulic (FA) (delivery by Feb 1, 2027)
- 1 each Servovalve, Hydraulic (FA expended)
- 1 lot FA Test Report
- 1 lot Material of Certification
- 1 lot Certificate of Compliance
Contract & Timeline
- Opportunity Type: Solicitation (RFP SPRTA1-26-R-0037)
- Estimated Issue Date: February 17, 2026
- Proposal Due Date: March 19, 2026
- Set-Aside: None (Not Set Aside)
- Anticipated Award Date: 90 days after notice issuance
Key Requirements & Qualifications
- Qualification: Contractors must meet qualification requirements set forth in the JACG Aviation SAM Handbook. Only actual manufacturers who have successfully completed all required testing, or those who have tested similar complex/critical items, will be considered approved sources.
- Export Control: Contractors must be "EXPORT CONTROLLED" certified to view drawings and engineering data. Registration is via dla.mil/Logistics-Operations/Services/JCP/.
- UID: UID requirements will apply.
- Qualified Sources: Sargent Controls, Keeley Aerospace, Ltd, Circor Aerospace, Inc., Parker-Hannifin Corporation, Woodward HRT, Inc., Triumph Actuation Systems, and The Boeing Company are listed as qualified sources.
- Data Rights: The Government does not own the data or rights to manufacture this item; firms are encouraged to contact the OEM.
Additional Notes
This is not a request for competition, but proposals received within 45 days (or 30 days for existing BOA) will be considered. The acquisition is justified under 10 U.S.C. 2304(c)(1) and FAR 6.302 due to a limited number of responsible sources. Evaluation will consider price and past performance. An Ombudsman is available for concerns at 385-591-1672. Electronic procedures will be used, and the solicitation will be available on www.sam.gov. Interested parties may identify commercial item capabilities within 15 days of the notice. Surplus is not authorized. Foreign-owned firms should contact the contracting officer regarding restrictions.
Contact Information
Buyer: Chrissy Turnage (christine.turnage@us.af.mil)