MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
ID: SPRTA1-25-R-0274-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OKLAHOMA CITY, OKTINKER AFB, OK, 73145-3070, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRFRAME STRUCTURAL COMPONENTS (1560)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a Total Small Business Set-Aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a minimum of 17 units and an estimated total of 142 units, with strict adherence to quality assurance standards and export control certifications. The structural panels are critical components for the B-1 aircraft, emphasizing the importance of compliance with the Buy American Act and other federal regulations. Interested contractors should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details, with proposals due by the specified closing date.

    Point(s) of Contact
    Files
    Title
    Posted
    The SAM.gov platform serves as an official U.S. government website for contract opportunities, displaying 1,797 active listings out of 12,257 total results. The platform provides various search and filter options for contract opportunities, including keywords, notice type, organization, status, and date. Recent alerts highlight a temporary government shutdown's impact on the Federal Service Desk and an overhaul of the FAR affecting SAM.gov. Key opportunities listed, primarily from DLA Aviation at Oklahoma City, OK (SPRTA1), include solicitations for B-1 aircraft parts (structural panels, leading edges), fire extinguishers, vane segments, turbine disks, and valves. These notices, published in October 2025, specify offer due dates ranging from October to December 2025 and inactive dates in 2026. The platform also contains sensitive government information, emphasizing restricted data use and compliance with federal regulations.
    This government solicitation, SPRTA1-25-R-0274, outlines a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for "PANEL,STRUCTURAL,AI" (NSN: 1560-01-274-9594 EK, Part Number: L2104776-001) under a Firm Fixed Price contract vehicle. The acquisition will use Lowest Price Technically Acceptable (LPTA) source selection procedures. Key requirements include export control certification for technical data access, and adherence to quality assurance standards like AS9100. The contract specifies a minimum quantity of 17 units and a total estimated quantity of 142 units over three years, with detailed annual breakdowns. It mandates First Article Government Testing (fit check) with specific delivery and approval timelines, material certification, and a certificate of compliance report. Contractors must comply with the Buy American Act, provide Item Unique Identification (IUID) for applicable items, and follow strict payment and reporting instructions via Wide Area WorkFlow (WAWF). Various FAR and DFARS clauses are incorporated, covering areas such as small business subcontracting, labor laws, and supply chain traceability, emphasizing the importance of compliance and ethical conduct.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    Manufacture of Trailing Edge for the B-1 Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of trailing edge components for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with an estimated total quantity of 75 units and minimum order quantities set at 12. The selected contractor must comply with various requirements, including export-controlled certification, First Article Government Testing, and adherence to ISO 9001-2015 standards. Interested parties should note that the closing date for offers has been extended to December 15, 2025, and must acknowledge receipt of the amendment to ensure consideration. For further inquiries, contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.
    Manufacture of Leading Edge for the B-1 Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Leading Edge for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a Firm Fixed Price, requiring compliance with ISO 9001-2015 standards and adherence to the Buy American Act, among other specifications. The selected contractor will be responsible for producing an estimated 95 units over the contract duration, with the offer closing date extended to December 15, 2025, at 3:00 PM. Interested parties should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details.
    FD2030-24-02764
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting proposals for the manufacture of Aircraft Tips for the B-1 aircraft under Solicitation Number FD2030-24-02764. This procurement is a Total Small Business Set-Aside and aims to acquire updated technical data and extend the closing date for offers, which is now set for December 15, 2025, at 3:00 PM. The contract will utilize a Firm Fixed Price vehicle and is expected to cover an estimated quantity of 95 units over three years, with specific requirements for quality standards and compliance with the Buy American Act. Interested parties should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further information.
    PANEL, STRUCTURAL AI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the KC-135 aircraft, specifically identified by NSN: 1560-00-231-9229. This opportunity is a Total Small Business Set-Aside, aimed at acquiring 40 units over a six-month contract term, with a delivery schedule of 283 days after receipt of order. The goods are critical components for aircraft operations, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the anticipated issue date of December 22, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the trailing edge for the B-1 aircraft. This opportunity is a total small business set-aside, allowing eligible small businesses to compete for the contract, which is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation has been amended to extend the proposal submission deadline to September 5, 2025, providing additional time for interested contractors to prepare their offers. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    PANEL ASSEMBLY, BOND / NSN 1560-00-614-2442 / B-52 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the PANEL ASSEMBLY, BOND, associated with NSN 1560-00-614-2442, specifically for the B-52 aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 40 units over a five-year base period, and the production units will be delivered FOB Destination with inspection and acceptance at the origin. The item is critical for operations but is not classified as a Critical Safety Item, and interested contractors must submit a Source Approval Request (SAR) to be considered as potential suppliers, as DLA Aviation does not possess technical data on this part. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil, with the estimated solicitation issue date set for November 6, 2025.
    LONGERON | 04F | B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.