SPECIALTY FUEL CELL , KC-135 NSN 1560-01-625-2675, Part Number 201345707-10

SOL #: SPRTA126R0076Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

S Coffeyville, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Airframe Structural Components (1560)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Jan 6, 2026
3
Response Deadline
Jan 21, 2026, 9:59 PM

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.

                                                                                                  Synopsis
                                                                           PR: FD20302600166 / SPRTA126R0076

1.  Estimated issue date and estimated closing/response date:  
Issue:     January 20 , 2026
Closes:     February 19, 2026

2.  RFP#  SPRTA126R0076      

3.  Service/Spare/Repair/OH: Spares

4.  AMC:    1/C

5.  Nomenclature/Noun: CELL,FUEL,AIRCRAFT

6.  NSN: 1560-01-625-2675

7.  PN: 62070-1 (Cage 05476) , 2T-6-C3966-115 (CAGE 56221) 

8.  History: Award SPRTA116C0142 31 Aug 2016for Cage 05476
 
9.  Description/Function: 45.0000" LG X 40.0000" WI X 20.0000" HI and 145.000LB Weight. Rubber and Aluminum. Fuel cell for KC-135, retains fuel for aircraft.

10.  Total Line Item Quantity: L/I 0001: BEQ: 5 EA. (Minimum: 3, Maximum: 8)
                
11.   Application (Engine or Aircraft): KC-135 

12.   Destination:  L/I 0001 Ship to SW3211

13.   Required Delivery:    L/I 0001: Deliver 3 EA AUG 01 2026, 2 EA SEP 01 2026. Early delivery is acceptable

14.   Qualification Requirements:  Do not exist. 

15.   Export Control Requirements:  Yes

16.  UID: Note to Contractor: UID requirements will apply. 

17.  Qualified Sources: AMERICAN FUEL CELL AND COATED. (Cage Code: 05476), AXILLON AERO (Cage Code 05221)

18.  Set-aside:  This acquisition will not be set aside.

19. Mandatory Language:

This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application.

In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.

It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.  

This acquisition involves technology that has a military or space application.  The extent of foreign participation has not yet been determined.  Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within15 days of this notice. 

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer

Electronic procedures will be used for this solicitation.  Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov.

Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements.  The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.  

This notice of intent is not a request for competition.  However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Note:  While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
Request for written quotation will be issued.  Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

20.   Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Clifford Dockter at clifford.dockter@us.af.mil.
 

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Pre-Solicitation
Posted: Jan 6, 2026
Version 1
Pre-Solicitation
Posted: Jan 5, 2026
View
SPECIALTY FUEL CELL , KC-135 NSN 1560-01-625-2675, Part Number 201345707-10 | GovScope