Structural, Plate
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 is conducting a Sources Sought market research effort to identify potential sources for the Spares Procurement of a specific airframe structural component (NSN: 1560-01-293-1504, P/N: L5416924-292). This initiative aims to determine if the requirement can be competitively procured or set aside for small businesses. This is not a solicitation, and no contract will be awarded based on this market research. Responses are due by February 10, 2026.
Scope of Work
The requirement involves the procurement and manufacture of component parts, including inspection, testing, preservation/packaging, and shipping for the specified part. Potential responsibilities may also encompass supply chain management, logistics planning, forecasting production requirements, managing long-lead time parts, and addressing diminishing manufacturing sources and material shortage (DMSMS) issues. This is a new "spares buy" with no repair requirement. The estimated requirement is a maximum quantity of 5 units, valued at $136,189.20.
Technical Requirements / Qualification
Potential sources must be qualified and are required to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. Manufacturing Qualification Requirements (MQR) and Engineering Data List (EDL) may be embedded or attached to the document. Requests for Engineering Drawings should be submitted via email to ocalc.lgldo.public@us.af.mil.
Submission & Evaluation
Interested sources must select "ADD ME TO INTERESTED VENDORS" to participate. Responses should include specific business information such as Company Name, Address, Point of Contact, CAGE Code, NAICS Code (336413, Size Standard 1,250 employees), and business size/certifications. The government is interested in all business sizes, including Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. Responses will be used to assess potential small business participation and overall industry capability. Oral submissions are not acceptable.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Government is assessing for potential small business set-aside.
- Response Due: February 10, 2026, 05:59 AM EST
- Published: February 02, 2026, 02:06 PM EST
Additional Notes
The place of performance is Tinker AFB, OK 73145 USA. The primary contact for RFI responses is 424 SCMS via email at 424.scms.afmc.rfi.responses@us.af.mil. Questions regarding the Tinker SAR Process should be directed to the AFSC Small Business Office.