T56 CONE EXHAUST, NSN: 2840-01-347-7857OJ, PN: 23052623

SOL #: SPRTA1-26-Q-0263Solicitation

Overview

Buyer

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

Place of Performance

Indianapolis, IN

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
Apr 27, 2026, 9:00 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.

Quick Summary

The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting proposals for the procurement of T56 CONE EXHAUST (NSN: 2840-01-347-7857 OJ, PN: 23052623). This is a Competitive Solicitation for a Firm Fixed Price contract, designated as a Small Business Set-Aside. Proposals are due by April 27, 2026.

Scope of Work

This opportunity requires the provision of "CONE, EXHAUST AIRCRAFT" made of steel, intended for direct exhaust gas applications. Key requirements include:

  • Unique Item Identification (UID) marking in compliance with DFARS 252.211-7003, including part number, NSN, and serial number.
  • First Article (FA) Testing: Three (3) First Articles are required for government testing. These will not serve as a manufacturing standard.
  • Production Units: The current required quantity is 32 each, but offerors must provide pricing for quantity ranges from 10 to 45 each.
  • Packaging: Must adhere to international standards for wood packaging material (ISPM 15) and military packaging/marking standards (MIL-STD-2073-1, MIL-STD-129).
  • Transportation: F.O.B. Origin, Contractor's Facility. Inspection and acceptance will occur at destination (Indianapolis, IN).

Contract & Timeline

  • Contract Type: Firm Fixed Price.
  • Set-Aside: Small Business.
  • NAICS Code: 336412, Size Standard: 1,500 employees.
  • Solicitation Issued: March 26, 2026.
  • Proposals Due: April 27, 2026, 9:00 PM ET.
  • Price Validity: Prices offered must be held firm for 120 days.
  • Place of Performance: Indianapolis, IN, United States.

First Article Requirements

  • Test Report: A First Article Qualification Report is required, due 180 calendar days after contract award. This report must follow the format specified in Data Item Description (DID) DI-NDTI-80809B.
  • Government Review: The government will have 45 calendar days to approve or disapprove the report.
  • Disposition: Approved First Articles will be forwarded to AFMC Supply. Waiver of First Article approval is possible under specific conditions, but not if the offeror is not the Original Equipment Manufacturer (OEM), Rolls Royce Corporation.

Submission & Evaluation

  • Evaluation Process: Best Value Process, Performance Price Tradeoff (PPT).
  • Evaluation Factors: Technical acceptability (prerequisite), Technical, Cost/Price, and Past Performance. Past Performance will be assessed using the "Supplier Risk Score" in the Supplier Performance Risk System (SPRS).
  • Proposal Submission: Proposals should be emailed to john.nolan.8@us.af.mil.

Important Notes for Bidders

  • Offerors must be approved sources.
  • EXPORT CONTROLLED certification is REQUIRED to receive drawings from the Technical Data Package (available at www.sam.gov).

People

Points of Contact

Files

Files

Download
View
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 26, 2026
T56 CONE EXHAUST, NSN: 2840-01-347-7857OJ, PN: 23052623 | GovScope