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
Feb 19, 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 is seeking proposals for Valve, Linear, Direct (Spares), NSN 4810-00-601-1884, for the KC-135 aircraft. This is a limited source acquisition under RFP #SPRTA1-26-R-0051, but all responsible sources are encouraged to submit proposals. Proposals are due by February 19, 2026.

Scope of Work

This requirement is for 36 each (with a range of 12-36) of the Valve, Linear, Direct, Part Number 1009650-1. This hydraulic pressure shut-off valve is operated by a 28-volt, 3-port solenoid, designed to shut off 3000 pounds per square inch of pressure. It is made of aluminum, weighs 3.0 pounds, and measures 5.032 inches (L) by 2.7 inches (W) by 5.9 inches (H). The valves are for application on the KC-135 aircraft and will be shipped to SW3211, Tinker AFB, OK. Required deliveries are staggered from September 29, 2026, through February 28, 2027.

Contract & Timeline

  • Type: Request for Proposal (RFP# SPRTA1-26-R-0051)
  • Set-Aside: Not set aside
  • Response Due: February 19, 2026
  • Published: January 21, 2026
  • Anticipated Award: 90 days after the notice publication
  • Authority: 10 U.S.C. 2304(c)(1) / FAR 6.302 (limited number of sources)

Key Requirements & Notes

There are no qualification requirements for this acquisition. UID requirements will apply, and the language for IUID under CLIN 0001 has been updated by amendment. The Government does not own the data or rights to manufacture this item, and firms are encouraged to contact the OEM. While this is a limited source procurement, all proposals received within 45 days of the synopsis publication will be considered. The Government is not using Part 12 (Acquisition of Commercial Items), but interested parties may identify commercial item capability within 15 days. Foreign-owned firms should contact the contracting officer regarding restrictions. Small businesses are encouraged to seek subcontracting opportunities. The solicitation will be available for download only at www.sam.gov, and electronic procedures will be used. Price will be a significant factor, but the final award decision may also consider past performance. An Ombudsman is available for concerns. An amendment removed the Engineering Order attachment.

Qualified Sources

Honeywell International Inc (CAGE 59364), Moog, Inc. (94697), and Ontic Engineering & Manufacturing (45934) are identified as qualified sources.

People

Points of Contact

Chrissy TurnagePRIMARY

Files

Files

Download

Versions

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