Notice of Intent to Sole Source
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MW USPFO ACTIVITY ARANG 189LITTLE ROCK AFB, AR, 72099-4802, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, specifically the Arkansas Air National Guard, intends to issue a sole-source Purchase Order to Linner Motion, LLC for the remanufacturing of existing C-130 Flap Jackscrews. This procurement falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is justified under the Federal Acquisition Regulation for soliciting from a single source due to the unique capabilities of the OEM. Interested parties are invited to demonstrate their capability to fulfill this requirement by contacting TSgt Ryan Bernaiche at ryan.bernaiche@us.af.mil by April 30, 2025, as unsolicited proposals will not be accepted.

    Point(s) of Contact
    TSgt Ryan J. Bernaiche
    ryan.bernaiche@us.af.mil
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    17--JACK,AIRCRAFT LANDI
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure 96 units of the Aircraft Landing Jack (NSN 1R-1730-008542237-SX) from Dutch Valley Supply Co, the sole source Original Equipment Manufacturer. This procurement is critical for maintaining aircraft ground servicing capabilities, as the jack is essential for safe and efficient aircraft operations. Interested parties are encouraged to submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 24, 2025, and a closing date of January 26, 2026. For further inquiries, contact Jason J. Sklencar at jason.j.sklencar.civ@us.navy.mil or by phone at (215) 697-4179.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    AIRCRAFT, HERCULES, C-130; CONTROL ASSEMBLY, DOOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Assembly for the Hercules C-130 aircraft, specifically identified by NSN 1560-01-136-0153. The contract will be for an Indefinite Quantity with an estimated annual requirement of 10 units over a five-year period, with no options for extension. This procurement is classified as unrestricted and is critical for maintaining operational capabilities, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation, which will be available on the DLA Internet Bid Board System around November 13, 2026. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    New Manufacture: NSN 1560010048749FL / PN 35-33076-4 / Door, Access, Aircraft / BOEING RIGHTS GUARD
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is issuing a presolicitation for the procurement of Boeing Rights Guard (BRG) applicable acquisitions, specifically for C/KC-135 Aircraft Door Access. This opportunity involves the manufacture of 200 units of part number 35-33076-4, with a potential range of 150-250 units, and is set aside entirely for small businesses under NAICS code 336413. The goods are critical for maintaining the operational readiness of military aircraft, and the procurement will follow Non-Commercial FAR 15 procedures, with funding contingent upon FY20 appropriated funds. Interested parties should note that the estimated solicitation issue date is November 20, 2025, with a closing date of January 5, 2026, and may contact Kevin Howe at kevin.howe.1@us.af.mil for further inquiries.
    DAMPER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a Damper Assembly, classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement requires newly manufactured spares only, as refurbished or remanufactured materials will not be accepted, emphasizing the critical nature of the items for military operations. Interested vendors must ensure compliance with various quality and inspection standards, including AS/EN/JISQ 9100 or equivalent, and are advised to submit proposals electronically to the primary contact, Nikolin Toroveci, at NIKOLIN.TOROVECI@DLA.MIL, with the solicitation being issued under urgent circumstances that waive the synopsis requirement.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.