Valve, Linear, Direct
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 seeking quotations for Valve, Linear, Direct (NSN: 4810-00-208-9709), specifically for C-130 aircraft applications. This is a solicitation (RFP# SPRTA1-25-R-0233) for spares, with a required quantity of 10 each. The acquisition is not set aside. Proposals are due January 30, 2026.
Scope of Work
The requirement is for a Valve, Linear, Direct, part number 695547-1. This is a solenoid-operated, two-position, four-way selector valve used in a flap actuation hydraulic system for the C-130 aircraft. Key specifications include dimensions of 10.5" (L) x 10.5" (W) x 12.5" (H), weight of 5.2 lbs, and steel alloy material. The total line item quantity is 10 each, with a range of 5-15. Required delivery is to SW3210 on or before February 2, 2027. UID requirements will apply.
Contract & Timeline
- Type: Request for Quotation (RFP# SPRTA1-25-R-0233)
- Contracting Agency: DLA Aviation at Oklahoma City
- Set-Aside: Not set aside
- Response Due: January 30, 2026 (extended from original May 10, 2025, and then December 31, 2025)
- Published: December 17, 2025 (latest update date)
Qualification & Sourcing
Due to the complexity and criticality of this part, only actual manufacturers who have successfully completed all required testing by the original designer, or manufacturers approved by the government for similar items, will be considered qualified sources. The government does not own the data or rights needed for manufacturing, and firms are encouraged to contact the OEM. Qualified sources include Lockheed Martin Corporation (CAGE 98897), Triumph Actuation Systems (CAGE 61898), Hydro-Aire Aerospace Corporation (CAGE 81982), and Eaton Aerospace LLC (CAGE 99643). Surplus is not authorized.
Evaluation & Submission
This acquisition is authorized under 10 U.S.C. 2304(c)(1), indicating that the supplies are available from a limited number of responsible sources (FAR 6.302). This notice is not a request for competition. However, the government will consider all proposals received within 45 days (or 30 days if under an existing basic ordering agreement) after the original publication date of this synopsis. The government retains the discretion not to conduct a competitive procurement. While price will be a significant factor, the final award decision may also consider past performance. Electronic procedures will be used for this solicitation, which will be available for download only at www.sam.gov. An Ombudsman is available for offeror concerns at (405) 855-3552. The anticipated award date is 90 days after the issuance of this notice.
Additional Notes
Foreign-owned firms should contact the contracting officer regarding potential restrictions. Small businesses are encouraged to explore subcontracting opportunities. The government is not using Part 12 (Acquisition of Commercial Items), but interested parties can identify commercial item capabilities within 15 days of the notice. Government obligation is contingent upon fund availability.