AICRAFT SCOOP
ID: SPRTA1-25-R-0123Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft scoops under solicitation SPRTA1-25-R-0123. This opportunity involves a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for a firm-fixed-price arrangement, with an estimated total quantity of 90 units to be delivered in three annual increments of 30 units each, specifically for the B-1 aircraft. The procurement emphasizes compliance with stringent military standards, including packaging and marking requirements, and mandates that all interested vendors adhere to qualification standards and export control regulations. Interested parties should contact David Garcia at (405) 739-5501 or via email at david.garcia.59@us.af.mil, with proposals due by May 9, 2025, following the recent amendment to the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the checklist for Item Unique Identification (IUID) marking as per DFARS 252.211.7003, specifically focusing on an aircraft scoop with NSN 1560012399972EK. It details the responsibilities and contact information of personnel involved, including initiator Hallie R. Peltier and marking authority Becky Medina, with a marking deadline set for 01 October 2024. The marking instructions specify adherence to the latest version of MIL-STD-130, and reference the engineering documentation EO2014A0148-T for marking guidance. The IUID requirement is identified for both the primary item and an embedded item associated with the same NSN. The file serves as an essential procedural document for compliance with military specifications in the marking and identification process of defense-related materials, underscoring the importance of accurate tracking and management of assets in government procurements. The structured format provides clarity on responsibilities and compliance requirements, which is vital in the context of federal contracting and acquisition regulations.
    The document outlines the qualification requirements for a specific national stock number (NSN), focusing on a part related to aircraft systems. It emphasizes the necessity of prequalifying sources to ensure high quality and operational safety. The qualifications are governed by the Federal Acquisition Regulation (FAR), particularly sections 9.206-1 and 9.202(a), which set the framework for determining approved sources based on complexity and criticality. For parts related to NSN 1560-01-239-9972, qualification requirements have been categorized based on whether they were established prior to or after October 19, 1984. Specific requirements (MQR-848 for 761s or RQR-848 for 762s) state that only manufacturers who have successfully completed testing by the original designer or government-designated similar items are approved suppliers. Further details include that Category III capabilities may be permitted under certain circumstances. The document serves to maintain a stringent quality control process in aircraft component sourcing, ensuring that only vetted manufacturers can supply critical parts, thus underpinning operational reliability and safety within the federal procurement framework.
    The document outlines packaging requirements under the federal purchase instrument FD20302402781-00, focusing on compliance with international regulations regarding wood packaging materials (WPM) to prevent the spread of invasive species such as the pinewood nematode. It mandates that all wooden packaging components must be constructed from debarked wood and treated thermally at a specified temperature for a designated time to ensure safety. The document highlights military standards for packaging, including adherence to MIL-STD-2073-1 for military packaging practices and MIL-STD-129 for shipping and marking. Additional requirements include specific container marking criteria beyond standard military guidelines, such as including OEM details. The document also lists the responsible office and contact information for the packaging specialist. Overall, this file serves as a critical guideline for entities involved in the procurement and shipment of wooden packaging materials, ensuring they meet stringent environmental and military specifications before global distribution.
    This document outlines transportation data relevant to federal solicitations, specifically related to the procurement of transportation services for a purchase instrument initiated on January 8, 2025. It identifies the specific terms of delivery, recommending F.O.B. (Free on Board) origin for this procurement, and lists necessary clauses and contact information for the Defense Contract Management Agency (DCMA) for transportation instructions. Vendors are instructed to utilize the DCMA Shipment Instruction Request (SIR) eTool for obtaining regulatory clearances and shipping documentation, stressing the importance of pre-shipment communication with the DCMA to prevent additional costs. The document includes details about the item being shipped, with the shipping destination provided as DLA Distribution Depot in Tinker AFB, Oklahoma. The summary of vital transportation account codes and related funding information is included, detailing first and second destination financing, ensuring that vendors understand the logistics and obligations for compliance associated with the shipping process. The overall purpose is to ensure accurate and regulated transportation of goods under government contracts, adhering to necessary policies and procedures for efficiency and accountability during procurement.
    The document is an amendment to the solicitation SPRTA1-25-R-0123, issued by DLA Aviation at Oklahoma City, Oklahoma. Effective April 9, 2025, the amendment extends the deadline for receipt of offers to May 9, 2025, and removes the 100% Small Business set-aside requirement. Interested offerors must acknowledge this amendment by various means before the revised deadline to avoid rejection of their offers. The administrative changes reflect adjustments in the solicitation while maintaining all original terms and conditions. The contractor is required to note these changes and respond accordingly, ensuring compliance with the updated timeline and specifications. This amendment serves to facilitate a broader range of participation in the solicitation process while preserving the integrity of the original procurement framework.
    The document outlines a government solicitation for procurement, specifically a Request for Proposal (RFP) identified as SPRTA1-25-R-0123. The acquisition is aimed at obtaining aircraft parts and auxiliary equipment, with a total contract term of three years using an Indefinite Delivery Indefinite Quantity (IDIQ) structure. It is a total small business set-aside, with a minimum order quantity of 30 units and maximum quantity of 90 units over the three-year period, divided into yearly estimated quantities. Key details include: a firm-fixed-price contract, lowest price technically acceptable (LPTA) evaluation criteria, and mandatory export control certification for access to technical data. The contractor must ensure compliance with quality standards, specifically ISO 9001-2015, and needs to follow guidelines under the Buy American Act. Deliveries are to be coordinated with specific shipping and inspection locations detailed within the document. The purpose of the solicitation is to engage small businesses, particularly those classified under various small business designations, thereby promoting competitive bidding while adhering to federal procurement regulations. Overall, this RFP reflects a structured approach to meeting government needs through careful vendor selection and regulatory compliance.
    Lifecycle
    Title
    Type
    AICRAFT SCOOP
    Currently viewing
    Presolicitation
    Similar Opportunities
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.
    SKI ASSEMBLY, LANDIN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 31 units of the SKI ASSEMBLY, LANDIN, specifically for the CH-47 Chinook System, under solicitation number SPRRA1-26-R-0012. This firm-fixed-price, one-time buy is limited to The Boeing Company and AIRGLAS, INC., or their approved distributors, with staggered delivery scheduled between September and November 2026 to DLA Distribution Depot Oklahoma. The procurement emphasizes compliance with various standards, including DO DPAS rated orders, IUID markings, and specific packaging requirements, while also necessitating a cost breakdown and adherence to strict proposal submission timelines. Interested parties can contact Erica Allen at ERICA.ALLEN@DLA.MIL or by phone at 256-690-5712 for further details.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    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.
    NOZZLE ASSEMBLY, AER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of Nozzle Assembly Aer, specifically for the C/KC-135 aircraft. This opportunity is a 100% Small Business Set-Aside and involves the acquisition of a fuel transfer component that forms a fuel-tight coupling between the receiver aircraft, with dimensions of approximately 22.6 inches in length and a weight of 38 lbs. Interested parties must be Export Control certified to access the Technical Data Package and should prepare to submit proposals by the estimated closing date of February 16, 2026, with a required delivery of two units by April 21, 2026. For further inquiries, potential offerors can contact Genevee Suba at genevee.suba@us.af.mil.
    B-1 Pump, Axial Pistons
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    Scroll Housing, Airc
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of 13 units of Scroll Housing, Airc (NSN: 1660-00-287-6859; PN: 571552-1). The solicitation aims to acquire these components, which are critical parts of aircraft cooling systems, with a request for a 20% reduction in cost and a 25% reduction in production lead time. Interested vendors must adhere to specific quality assurance and packaging standards, including compliance with the Buy American Act, and are required to submit their pricing and delivery capabilities by January 5, 2026, for delivery by September 20, 2026. For further inquiries, potential bidders can contact Logan Hurtz at logan.hurtz@us.af.mil or Patrick McGowan at patrick.mcgowan@us.af.mil.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is issuing a presolicitation for Request for Proposal (RFP) SPRTA1-26-R-0106, which seeks support for the Turbine Duct and Vane Assembly (NSN: 2840-01-448-7511, PN: 4083681-01) specifically for the F-110 aircraft. This procurement involves a total quantity based on FA requirements across six line items, with specific counts including 2, 4, and 1 lot for various components. The goods are critical for maintaining the operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the estimated issue date for the RFP is November 28, 2025, with a closing date of December 28, 2025. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.
    F100 SHROUD, COMPRESSOR, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of the F100 Shroud, Compressor, A. This presolicitation opportunity is aimed at acquiring components essential for aircraft engine operations, specifically within the Aircraft Engine and Engine Parts Manufacturing industry. The contract action is expected to remain below the simplified acquisition threshold, allowing for electronic responses via the Government Point of Entry (GPE). Interested parties can reach out to primary contact Aric Harmon at aric.harmon.1@us.af.mil or secondary contact James Headington at James.Headington.1@us.af.mil for further details regarding the solicitation, referenced as FD2030-25-00258.
    FD2030-25-01375
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a duct, fan, aircraft (NSN: 2840-01-428-7655NZ) as part of its ongoing support for military aviation operations. The procurement specifically targets the manufacturing of aircraft engine components, highlighting the importance of maintaining operational readiness and efficiency in military aircraft. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and further details can be obtained by referring to the solicitation information. For inquiries, potential bidders are advised to contact the designated personnel as specified in the solicitation documentation.