This government solicitation, SPRTA1-26-R-0642, is an unrestricted Request for Proposal (RFP) issued by DLA Weapons Support at Oklahoma City for Aircraft Engine and Engine Parts Manufacturing, specifically Augmentor Nozzle SEs (NSN: 2840-01-454-8449 NZ). The solicitation emphasizes strict qualification requirements, including "Export Controlled" certification and adherence to ISO 9001-2015 standards. It details requirements for First Article Testing, including plans, reports, and destructive/non-destructive exhibits, with specific delivery timelines. The document also outlines invoicing procedures via Wide Area Workflow (WAWF), various contract clauses covering legal, ethical, and environmental compliance (e.g., combating human trafficking, ozone-depleting substances, Buy American Act), and the appointment of an ombudsman for conflict resolution. The proposal is rated under DPAS for national defense. Offers are due by January 9, 2026, at 3:00 PM.
This document is an amendment to solicitation SPRTA1-26-R-0642, primarily focused on federal government RFPs. It adds RMC Engineering and Manufacturing as an approved source and reserves the solicitation exclusively for small businesses. Key changes include updated Section L (Instructions, Conditions, and Notices to Offerors or Respondents) and Section M (Evaluation Factors for Award). The solicitation's closing date has been extended from January 9, 2026, to January 30, 2026, at 3:00 PM (CDT). The evaluation criteria prioritize technical acceptability, with price and past performance being of approximately equal importance for technically acceptable proposals. Past performance will be assessed based on the offeror’s Supplier Risk Score and other government databases, with a neutral rating for those without a relevant history.
This government notice, PR: FD2030-24-00642, outlines a proposed contract action (SPRTA1-26-R-0642) for F-100 Augmentor Nozzle SEs (NSN: 2840-01-454-8449NZ, P/N: 4082989) with a required quantity of 401 EA to be delivered by November 7, 2026. The acquisition is for critical safety items requiring first articles and qualification, and is export-controlled. The government intends to solicit and negotiate with a limited number of approved sources, including Paradigm Manchester, Inc., Beacon Industries, Inc., RTX Corporation, and Soldream, Inc., under the authority of FAR 6.302 due to the limited availability of responsible sources. While not a request for competition, all responsible sources may submit capability statements within 45 days. The previous contract (SPE4A1-21-G-0001/SPRTA1-25-F-0206) for 375 units at $1,955.10 each was awarded to RTX Corporation. The solicitation will be electronic via www.fbo.gov. An Ombudsman is available for concerns regarding the proposal development phase.