Turbine, Aircraft, Co
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 issuing a Request for Proposal (RFP) SPRTA1-26-R-0149 for Aircraft Turbines (Cooling Turbine, P/N 571545-8-1) for the F-15 aircraft. This acquisition is for 10 units and is justified under limited sources, with Honeywell International, Inc. identified as a qualified source. While not a request for competition, proposals from all responsible sources received within 45 days of the notice publication will be considered. Proposals are due February 14, 2026.
Scope of Work
The requirement is for 10 each of the Aircraft Cooling Turbine, NSN 1660-01-394-2481, P/N 571545-8-1. These turbines are applied to the F-15 aircraft and are described as cooling air as it passes through. Key requirements include:
- Inspection and acceptance at Origin.
- Quality Assurance system compliant with AS9100, ISO 9001:2015, or equivalent.
- Unique Item Identification (IUID) marking in accordance with MIL-STD-130.
- Packaging compliant with MIL-STD-129 and MIL-STD-2073-1, including Wood Packaging Material (WPM) treatment.
- Required delivery on or before April 15, 2026.
Contract & Timeline
- Type: Firm Fixed Price (FFP) contract against Basic Ordering Agreement SPE4A1-22-G-0014.
- Set-Aside: This acquisition will not be set aside.
- Published Date: January 15, 2026.
- Proposal Due: February 14, 2026, 4:00 PM CST.
- Anticipated Award: 90 days after notice issuance.
Evaluation
Award may be based on a combination of price and past performance factors, with price being a significant factor. The Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302 (limited sources).
Additional Notes
The Government does not own the data or rights needed to manufacture this item; interested firms are encouraged to contact the OEM, Honeywell International, Inc. (CAGE 70210). Foreign-owned firms should contact the contracting officer regarding restrictions. Small businesses interested in subcontracting opportunities are advised to contact listed firms. An Ombudsman is available to hear concerns from offerors at 385-591-1672. The solicitation will be available for download only at www.sam.gov.