FD2030-25-00036
ID: FD2030-25-00036BType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION OKLAHOMA CITY

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.

    Point(s) of Contact
    SEE SOLICITATION INFORMATION TO FOLLOW.
    WHEN SOLICITATION HAS BEEN APPROVED BY CONTRACTING OFFICER, IT WILL BE AVAILABLE FOR QUOTES.
    Files
    Title
    Posted
    The document outlines the National Aerospace and Defense Contractors Accreditation Program (NADCAP), detailing mandatory requirements for special processes in the aerospace and military industries that require NADCAP certification for contractors supplying manufactured goods to the government. It specifies various accredited processes, including chemical processing, coatings, composite materials, conventional machining, and more, supported by lists of applicable documents and standards. Additionally, the document warns about the sensitivity of technical data regarding export laws. This accreditation process ensures compliance with established standards necessary for quality and reliability in defense contracting, emphasizing the importance of oversight in processes that directly impact military and aerospace operations.
    The document is an Engineering Order (EO) from the U.S. Air Force, specifically designed for managing changes to technical drawings and associated engineering processes. It outlines essential details such as the Engineering Order number, release date, and various associated codes. Key purposes include the identification of changes related to design, error corrections, safety enhancements, and updated drawing instructions. The EO categorizes changes under several types, such as Advance Engineering Change Orders and errors, emphasizing quality assurance through proper configuration management and material engineering oversight. Additionally, it specifies procedural elements such as the documentation affected, distribution limits, and destruction guidelines for sensitive technical data. This Engineering Order reflects the structured approach taken by the Air Force in maintaining technical integrity and compliance with federal and military standards in its engineering processes, crucial in the broader context of government contract management and operational safety. The document's distribution is restricted to authorized Department of Defense personnel and contractors only.
    The document outlines the requirements for a Test/Inspection Report related to the First Article Inspection of structural support for the KC-135 aircraft. It is a contractual data item as designated by the Department of Defense, specifically informing the contractor about the necessary inspections and acceptance criteria. The report aims to confirm that the engineering, design, and specifications have been appropriately understood and met. Key elements include the requirement to provide detailed inspection results, including conducted tests, witness observations, and any deviations or limitations encountered. The contractor must submit a combination of an invoice and a receiving report via Wide Area Workflow (WAWF) to obtain payment, with the government’s approval/disapproval due 180 days after report receipt and the first submission required within 180 days of the contract award. The document emphasizes adherence to standards, specifically mentioning that it may be submitted in AS 9102 format or an equivalent. Overall, its purpose is to ensure the quality of components through rigorous testing and reporting, reflecting the government's quality assurance processes in contracts.
    The document outlines the engineering data for structural support related to the C/KC-135 aircraft, as issued by the Boeing Company under the 429 SCMS organization. Dated October 24, 2024, it specifies the engineering drawing number (20145214), its revision state (A), and associated document numbers. Key personnel involved in the project include David E. Harman, who is responsible for ensuring compliance with NADCAP special processes for vendor awards, and the document states that data release to foreign entities requires approval from the Foreign Disclosure Office. Contractors must refer to the most current amendments applicable to military specifications unless otherwise noted. Additionally, the document employs a code system to categorize the type of data provided, such as classification (C), solicitation (S), and availability (A). Overall, this engineering data list serves as a crucial resource for contractors and stakeholders engaged in supporting the C/KC-135 aircraft program, emphasizing stringent compliance and detailed specifications necessary for successful project execution.
    The document outlines the Technical Data Package for part number KC3-11000-1, detailing special processes that must be conducted by organizations with NADCAP certification due to critical safety item (CSI) designations. It emphasizes that all manufacturing processes require prior approval from the procuring activity's engineering office and mandates the use of stable base drawings following specified dimensional accuracy protocols. The file defines engineering critical application items, critical characteristics, major and minor characteristics, and the importance of compliance with contractual specifications. It also highlights important documentation and reporting requirements that contractors must fulfill, ensuring the dimensions and safety standards for components are met. This technical data package serves as a crucial reference for government contractors in aviation or defense-related fields, ensuring all safety and operational guidelines are adhered to, thereby promoting reliability and performance critically tied to national security.
    The document outlines the legal restrictions and penalties associated with the export of technical data controlled under the Arms Control Act and the International Traffic-in-Arms Regulations (ITAR). It emphasizes that exporting information, including sharing it with foreign nationals in the U.S., requires prior approval from the Department of State or Commerce, depending on the regulations governing the data. Violations can lead to severe consequences, including hefty fines and imprisonment. The text clarifies that the U.S. government disclaims liability for any patent infringement or damages arising from the use of such technical data, stating that the release of this information does not confer any licensing rights. This document serves as a critical reminder for entities involved in government RFPs, grants, and contracts to comply with export control laws to mitigate legal risks and ensure conformity with federal regulations.
    This document outlines the First Article Requirements for a government contract dated October 22, 2024, pertaining to the production of a specific item featuring National Stock Number (NSN) 1560014355553FL. The requirements stipulate that the contractor must provide one First Article, which will serve as part of the production quantity and a manufacturing standard. Long lead time items are required, and special production facilities must be utilized, with certification necessary for all components. The testing and inspection protocol indicates that testing will be conducted by the contractor, with government oversight and approval processes detailed, including timelines for reports and approvals. The First Article delivery is expected within 360 calendar days from contract signing. There are specific conditions under which a waiver for First Article approval may be granted, including prior supply history and satisfactory performance record. This document emphasizes the critical nature of First Article testing due to the complex assembly involved, which, if defective, could impact safety and operational lifespan. Overall, the purpose is to ensure rigorous evaluation and approval of the product before mass production to maintain defense and operational integrity.
    The document pertains to the NADCAP (National Aerospace and Defense Contractor Accreditation Program) Special Processes for Vendor Award. It outlines the procedures and protocols associated with a specific vendor evaluation process, likely aimed at accrediting suppliers in the aerospace sector. Key components include various elements related to document types, versions, sizes, and formats, emphasizing the importance of standardized procedures to ensure quality and compliance in vendor processes. The document’s structure indicates a detailed cataloging system that facilitates tracking and processing of vendor-related information. The mention of confidentiality and handling instructions reflects the sensitive nature of the content, indicating adherence to security guidelines. This document serves as a critical component in the federal procurement ecosystem, ensuring that awarded vendors meet the stringent requirements necessary for defense and aerospace contract work. Overall, it underscores the government's commitment to rigorous vendor evaluation to uphold industry and safety standards.
    The document contains information on federal and state-level Requests for Proposals (RFPs) and grant opportunities. It emphasizes the government's commitment to soliciting innovative solutions from the private sector to address various needs, including infrastructure development, technology implementation, and social services enhancement. Key areas of focus may include environmental sustainability, public health initiatives, and community development projects. The RFPs are structured to encourage participation from diverse entities, aiming to foster competition and collaboration. The document serves as a resource for potential applicants, outlining eligibility requirements, funding guidelines, and submission procedures. By facilitating partnerships between government and private organizations, the initiative seeks to optimize the allocation of federal and state funds while driving positive societal impact. This effort reflects a broader trend within the government to leverage external expertise for improved service delivery and project outcomes.
    The document outlines qualification requirements for the procurement of a specific stabilizer part, as detailed under the National Stock Number (NSN) 1560-01-435-5553. It emphasizes the necessity of prequalification to ensure high quality and operational safety, particularly before and after October 19, 1984. For both periods, qualification requirements are specified in MQR-848 for 761s and RQR-848 for 762s. Only manufacturers that have successfully completed required testing by the original design company or similar items approved by the government can be recognized as approved sources. Additionally, the document confirms that provisions of FAR 9.206-1 and related regulations apply, reinforcing the importance of compliance with established safety and quality standards. An evaluating engineer signed and dated the document, indicating formal acknowledgment of these requirements, reflecting the government's commitment to maintaining operational safety in defense contracts.
    Lifecycle
    Title
    Type
    FD2030-25-00036
    Currently viewing
    Special Notice
    Similar Opportunities
    FD2030-25-00034
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4277FL. This procurement involves the acquisition of airframe structural components, specifically designed to meet the requirements outlined in the top drawing KC3-10000-1, with an engineering data revision dated October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    FD2030-25-00035
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4278FL. This procurement is focused on acquiring airframe structural components, specifically related to the top drawing KC3-10000-3, with an expected revision date of October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for submission of quotes, as no specific funding amount or deadline has been provided at this time.
    SUPPORT ASSEMBLY, INBOARD / NSN 1560-00-620-7544 / KC135 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 SUPPORT ASSEMBLY, INBOARD, with National Stock Number (NSN) 1560-00-620-7544, specifically for the KC135 aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 400 units over a five-year base period, emphasizing the critical nature of the item, although it is not classified as a Critical Safety Item. Interested contractors must submit a Source Approval Request (SAR) to be considered, as DLA Aviation does not possess technical data on this part, and the solicitation is expected to be issued on November 6, 2025. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
    15--SUPPORT,STRUCTURAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of structural support components, specifically NSN 1560013540379. The requirement includes a quantity of one unit to be delivered to the DLA Distribution Depot in Oklahoma within 128 days after the order is placed. These components are critical for aerospace applications, ensuring the integrity and functionality of aircraft structures. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
    FD2030-26-00179
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is seeking procurement for a specific component identified as the Stiffener, Heatchiel, under the National Stock Number (NSN) 2840-01-323-5961NZ. This procurement is focused on the manufacturing of aircraft engine parts, specifically related to gas turbines and jet engines, which are critical for maintaining operational readiness and performance of military aircraft. The top drawing for this component is referenced as 4060565, with an Engineering Data List (EDL) revision dated October 16, 2024, indicating the importance of adhering to precise specifications. Interested vendors should refer to the solicitation information for further details and contact Elizabeth C. VanHoutan for inquiries once the solicitation is approved for quotes.
    FD2030-24-02756
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a leading edge airframe structural component, identified by NSN 1560-01-225-1800EK. The requirement includes the provision of the component as per the top drawing L2102002-001, with an engineering data revision dated March 12, 2024. This component is critical for maintaining the operational readiness of military aircraft, ensuring safety and performance standards are met. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    NSN 1560-010225449, SPACER ASSEMBLY, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of the Spacer Assembly, NSN 1560-010225449, which is critical for the Stratolifter C/KC aircraft. This procurement will be conducted as an unrestricted solicitation for an Indefinite Quantity Contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 155 days after order placement. The selected contractors must be certified by the Department of Defense to access unclassified data, and the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around November 21, 2025. Interested parties can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil and are encouraged to participate in a reverse auction process through the Procurex system.
    FD2030-25-02414
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of a specific component identified by National Stock Number (NSN) 2840-01-318-5578NZ, which is a housing, antifriction. This procurement is critical for maintaining aircraft engine performance, as the component is essential for the operation of gas turbines and jet engines. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, potential bidders should contact the designated personnel as specified in the solicitation documentation.
    FD2030-24-02756-02
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking suppliers for the procurement of a Leading Edge Aircraft component, identified by NSN 1560-01-225-1800EK. This procurement is focused on acquiring specific airframe structural components, with the top drawing referenced as L2102002-001 and an expected revision date of September 18, 2025. The goods are critical for maintaining aircraft operational capabilities and ensuring safety standards. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for submission of quotes.
    SPE4A526R0099; 1560011526469; Support Structural
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a non-commercial Firm Fixed Price Contract related to the procurement of structural support components, specifically identified by NSN 1560011526469. The solicitation aims to acquire these airframe structural components, which are critical safety items for the Air Force, and invites responses from surplus dealers, small business dealers, and distributors with existing stock or newly manufactured materials. Interested parties should prepare to submit a surplus certificate and documentation demonstrating product acceptability, with a requested delivery timeline of 349 days after receipt of order. The solicitation is anticipated to be released on or about December 10, 2025, and inquiries can be directed to Annette Pruett at Annette.pruett@dla.mil or by phone at 14457372352.