Valve, Linear, Direct

SOL #: SPRTA1-26-R-0051Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Valves, Powered (4810)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 9, 2025
2
Last Updated
Apr 16, 2026
3
Submission Deadline
Feb 19, 2026, 10:00 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 has issued RFP #SPRTA1-26-R-0051 for the procurement of Valve, Linear, Direct (NSN: 4810-00-601-1884, PN: 1009650-1) as spares for the KC-135 aircraft. This acquisition is not set aside. Proposals are due May 20, 2026.

Scope of Work

This solicitation is for 36 each (with a range of 12-36) of a hydraulic pressure shut-off valve, operated by a 28-volt, 3-port solenoid, capable of shutting off 3000 PSI. The valves are made of aluminum, measure 5.032" (L) x 2.7" (W) x 5.9" (H), and weigh 3.0 lbs. Deliveries are required in multiple increments to Tinker AFB, OK, with six monthly deliveries scheduled from September 29, 2026, to February 28, 2027.

Contract & Timeline

  • Type: Request for Proposal (RFP)
  • RFP #: SPRTA1-26-R-0051
  • Set-Aside: Not set aside
  • Proposal Due: May 20, 2026, 4:00 PM Central (extended by Amendment 0004)
  • Published: April 16, 2026 (latest update)
  • Estimated Issue Date: October 24, 2025
  • Required Delivery: Six monthly deliveries from Sep 29, 2026, to Feb 28, 2027.

Key Requirements & Information

  • Qualified Sources: Honeywell International Inc., Moog, Inc., and Ontic Engineering & Manufacturing are listed as qualified sources.
  • Data Rights: The Government does not own the data or rights to manufacture this item; interested firms are encouraged to contact the OEM.
  • UID: Unique Item Identification (UID) requirements will apply, with updated language for CLIN 0001. The Engineering Order attachment has been removed.
  • Export Control: No export control requirements.
  • Commercial Items: The Government is not using Part 12, Acquisition of Commercial Items.

Evaluation & Award

This acquisition is authorized under 10 U.S.C. 2304(c)(1) for limited sources and is not a request for competition. However, all responsible sources may submit a proposal. While price will be a significant factor, the final award decision may be based on a combination of price and past performance.

Additional Notes

An Ombudsman is available for concerns (385-591-1672). Foreign-owned firms should contact the contracting officer regarding restrictions. Small businesses are encouraged to seek subcontracting opportunities. Electronic procedures will be used; the solicitation will be available for download only at www.sam.gov.

People

Points of Contact

Chrissy TurnagePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Apr 16, 2026
View
Version 5
Solicitation
Posted: Mar 19, 2026
View
Version 4
Solicitation
Posted: Feb 19, 2026
View
Version 3
Solicitation
Posted: Jan 21, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 20, 2026
Version 1
Pre-Solicitation
Posted: Oct 9, 2025
View