SPRAYBAR, MAIN
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, under the Department of Defense, is soliciting proposals for the New Manufacture of a Critical Safety Item (CSI) identified as SPRAYBAR, MAIN (NSN 2915-00-909-9119 OK). This is a Firm Fixed Price contract set aside for Small Businesses. The item regulates fuel flow for afterburner operation. Offers are due by March 11, 2026.
Scope of Work
This solicitation requires the new manufacture of SPRAYBAR, MAIN, with part numbers 19253 or 37D401750P104. The requirement includes 50 Each (EA) for Item 0001 and 300 Each (EA) for Item 0002. Both line items are designated as Critical Safety Items (CSI), and surplus parts are explicitly "NOT AUTHORIZED." Key requirements include IUID, Higher Level Contract Quality Requirements, and compliance with ISO 9001-2015. Special packaging instructions, including those for hazardous materials and compliance with MIL-STD-129 and MIL-STD-2073, are also specified.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,500 employees.
- Solicitation Issue Date: February 4, 2026
- Offer Due Date: March 11, 2026, by 8:00 PM ET
- Proposed Delivery Date: August 31, 2026, for both line items.
Submission & Evaluation
Offers must be submitted using Standard Form 1449. Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF) is mandatory. Evaluation criteria were not detailed in the provided information.
Additional Notes
This opportunity references Foreign Military Sales (FMS) cases TK-D-KDU and TK-D-RBC. Various FAR and DFARS clauses are incorporated by reference, covering aspects such as the Buy American Act, Service Contract Labor Standards, and Cybersecurity. The primary point of contact is Adrian Campos (adrian.campos@us.af.mil).