SPRRA1-25-R-0056/ TRAILING ARM ASSY
ID: SPRRA1-25-R-0056Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT HUNTSVILLE, ALREDSTONE ARSENAL, AL, 35898-7340, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING GEAR COMPONENTS (1620)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for a Firm Fixed Price supply contract for the Trailing Arm Assembly (NSN: 1620-01-147-4777), a Critical Safety Item (CSI) integral to the AH-64 Apache Weapon System. The procurement includes mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules and inspection requirements. This contract is crucial for maintaining the operational readiness and safety of military aircraft, emphasizing the importance of quality and compliance in manufacturing. Interested parties must acknowledge receipt of amendments to the solicitation and submit their offers by the new deadline of December 8, 2025, at 1:00 AM. For further inquiries, contact Jessica Coleman at jessica.coleman@dla.mil or 256-938-0651.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the First Article Testing (FAT) process for contractors working with the Aviation and Missile Center (AvMC), focusing on FAR 52.209-3. It serves as an orientation, clarifying the purpose, scope, and procedures for FAT, which verifies a contractor's capability to produce products conforming to contract requirements. While informational and not contractually binding, it emphasizes the mandatory participation of the Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) in the test. The FAT involves meetings, thorough examinations of certifications, materials, processes, and equipment, all documented in a First Article Test Report (FATR). The contractor is responsible for conducting the test, providing facilities, and submitting the FATR, which is critical for approval. Common causes for FATR rejection are listed, highlighting the need for comprehensive documentation and adherence to quality programs. A courtesy review of the draft FATR by a government Quality Assurance Specialist (QAS) is offered to increase approval likelihood. Disapproval may lead to a second FAT after corrective actions. The document stresses the FAT's importance in ensuring quality materiel for the Warfighter.
    The Serial Number Reporting Requirement (SNRR) Spares Statement of Work (SOW) outlines the mandatory reporting procedures for serialized items classified as Critical Safety Items, Flight Safety Critical Aircraft Parts, or TAMMS-A reportable items within federal government contracts. Contractors must use the TAMMS-A/MCDS web portal to submit or obtain serial numbers, which can be up to 18 alphanumeric characters, excluding certain letters and special characters, and cannot begin with zero. Assigned serial numbers cannot be altered or reused without prior written approval. All SNRR-reportable items, including subcomponents, require reporting unless they are Government Furnished Property. Item Unique Identification (IUID) requirements do not supersede SNRR, and serial numbers must be approved before IUID creation. The SOW also details requirements for tags, labels, and the use of the Wide Area Workflow (WAWF) Receiving Report for material acceptance and shipping, ensuring all SNRR data is validated. Contractors must submit QAR-signed WAWF RRs to the TAMMS-A Customer Support Office within two business days of shipment and complete a final receiving report for contract closeout. Discrepancies identified by the TAMMS-A Customer Support Office must be corrected within 10 working days, and only an authorized SNRR representative can close the SNRR CLIN.
    QE-STD-1 Revision E establishes minimum requirements for manufacturing Critical Safety Items (CSIs) and their Critical Characteristics (CCs), ensuring the integrity of these items throughout the process. It applies to all aspects of CSI manufacturing, supplementing higher-level quality programs like ISO 9001 and AS9100. The document defines key terms, including CSI, CC, and various nonconformance categories. The Aviation Engineering Directorate (AED) is the sole authority for determining CSIs and CCs. Manufacturers must adhere to detailed requirements for manufacturing planning, frozen planning, and changes affecting CCs, which all require approval from the contractor’s Process Planning Control Board (PPCB) and, for CC-related changes, the Engineering Support Activity (ESA). The standard mandates 100% inspection of non-destructively inspectable CCs by certified personnel, with strict protocols for nonconforming CCs, including review by a Materiel Review Board (MRB) and ESA approval for major and critical nonconformances. Traceability, enabled by serialization and marking, is crucial for tracking items through the manufacturing process, with records retained for at least ten years. Personnel involved in CSI work must be trained and certified, and all test, measurement, and diagnostic equipment must be calibrated to NIST standards. Purchasing documents must clearly identify CSIs and CCs, and contractors must maintain an acceptable higher-level quality program. Scrap material must be rendered unusable, and all scrapped serial numbers reported. This standard ensures the quality and safety of CSIs in federal government procurement.
    This document, a Contract Data Requirements List (CDRL A001), outlines the requirements for submitting "Logistics Product Data Summaries" with a focus on "Serial Number Reporting Requirements (SNRR)." The contractor is required to submit receiving reports, specifically DD250s, detailing each Serial Number (SN) shipped via the Procurement Integrated Enterprise Environment (PIEE), Wide Area Workflow (WAWF) within two business days of Government Quality Assurance acceptance. An optional email notification can also be set up within PIEE/WAWF. Final receiving reports for each Delivery Order or contract closeout must also be submitted through PIEE/WAWF using DODAAC W81D17. The requiring office (AMAM-OPL) will verify all SNs issued and provide feedback on discrepancies within five working days, which the contractor must correct and resubmit within ten working days. Initial SN requests for issue/approval are to be processed through the TAMMS-A/MCDS web portal, with alternative instructions provided in the Statement of Work if the portal is unavailable. The document also provides contact information for inquiries regarding the CDRL requirement and compliance.
    The First Article Waiver Worksheet is a government document used to request a waiver, either full or partial, of First Article Testing requirements for items procured under federal contracts. This form, crucial for federal government RFPs and grants, details current acquisition information, the type of waiver requested, and extensive justification sections. Justifications include current or recent production history, successful completion of previous First Article Tests (FAT) for the same or similar items, or FAT on a next higher assembly, all within the past three years. The worksheet requires detailed information regarding manufacturing changes, facilities, equipment, and subcontractors. It also prompts for disclosure of any quality issues or past waiver/deviation requests. The form emphasizes the necessity of attaching supporting documentation and requires certification from the submitter, ensuring accuracy and compliance with federal acquisition regulations.
    Amendment 0001 to solicitation SPRRA1-25-R-0056 modifies the delivery schedule location for a trailing arm assembly (NSN: 1620-01-147-4777), changing the DoDAAC from "W25G1U" to "W25G1W". All other solicitation requirements remain in effect. The contract specifies a Firm Fixed Price for 35 units, with deliveries commencing October 30, 2028, at five units per month. Packaging, inspection, and acceptance are detailed, with FOB Destination. The amendment also updates the Wide Area WorkFlow (WAWF) payment instructions, including required document types (COMBO or INVOICE 2IN1 for fixed-price items) and routing data for electronic submission of payment requests and receiving reports. Contractors must register and use WAWF for invoicing, adhering to the specified DoDAACs for various routing fields.
    Amendment 0002 to Solicitation SPRRA1-25-R-0056, issued by the DEFENSE LOGISTICS AGENCY, extends the due date for offers from October 9, 2025, to November 7, 2025, at 1:00 AM. This modification, identified as a Firm Fixed Price supply contract, maintains all other terms and conditions of the original solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning two copies, acknowledging it on each offer copy, or submitting a separate letter or telegram referencing the solicitation and amendment numbers. The amendment was signed by Jessica A Coleman, the Contracting Officer, on October 9, 2025.
    Amendment 0003 to Solicitation SPRRA1-25-R-0056, issued by the Defense Logistics Agency, extends the due date for offers from November 7, 2025, to December 8, 2025, at 1:00 AM. This amendment, a Firm Fixed Price Supply Contract, maintains all other original solicitation requirements. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document specifies methods for acknowledgment, including returning signed copies of the amendment or referencing it in the offer or a separate communication. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
    This government solicitation, SPRRA1-25-R-0056, outlines a five-year Indefinite Delivery Requirements (IDR) Firm Fixed Price contract for "TRAILING ARM ASSY" (NSN: 1620-01-147-4777, Mfr Part Number: 1168320-101), a Critical Safety Item (CSI) for the AH-64 Apache Weapon System. The requirement is limited to The Boeing Company and Ontic Engineering and Manufacturing, Inc. Key aspects include mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules, inspection at origin, and acceptance at destination (for initial orders). Unique Item Identification (IUID) markings are required per DFARS clause 252.211-7003. Certified cost or pricing data may be requested, and offerors must submit a subcontracting plan. The solicitation provides estimated quantities for five ordering periods and details packaging, marking, and delivery instructions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SPRRA1-25-R-0066/NSN: 1560-01-221-2619/NOUN: SUPPORT ASSEMBLY,BE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation at Huntsville, AL, is soliciting offers for a five-year Indefinite Delivery Requirements Firm Fixed Price contract for the Support Assembly, BE (NSN: 1560-01-221-2619, P/N: 70400-08162-042) specifically for the UH-60 (BE) Blackhawk helicopter. This procurement is limited to Sikorsky Aircraft Corporation, Transaero, Inc., and Air Industries Machining, Corp., and includes critical requirements such as First Article Testing (FAT), Production Lot Testing (PLT), and compliance with specific aviation maintenance markings. The contract is classified as a Critical Safety Item (CSI), emphasizing the importance of the assembly in maintaining flight safety standards. Proposals must be submitted electronically by December 8, 2025, at 12:00 PM, and interested parties can contact Stacy Hood at Stacy.Hood@dla.mil or 256-986-0897 for further information.
    SUPPORT, STRUCTURAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at Stacy.Hood@dla.mil and CHRISTOPHER.BUTLER@DLA.MIL, respectively.
    NSN: 1560016151321, PYLON SECTION, AIRCR, WSDC: AH-64
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of the Pylon Section, Aircr, with National Stock Number (NSN) 1560-016151321. This opportunity involves a non-commercial Firm Fixed Price Contract, and interested parties are invited to provide surplus or newly manufactured materials, including a completed surplus certificate and documentation for traceability. The Pylon Section is a critical safety item for the Air Force, and the government anticipates a delivery timeframe of 212 days after receipt of order. The solicitation is expected to be released around December 16, 2025, and interested vendors should contact Cheryl Broadie at Cheryl.Broadie@dla.mil or 804-279-5488 for further details.
    SKI ASSEMBLY, LANDING
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of 31 units of the 'SKI ASSEMBLY, LANDING' for the CH-47 Chinook helicopter system, under solicitation number SPRRA1-26-R-0011. This firm-fixed-price, one-time buy is limited to The Boeing Company and Airglas, Inc., along with their approved distributor, Boeing Distribution Services, in accordance with federal regulations. The procurement emphasizes the importance of compliance with specific requirements, including IUID markings, packaging standards, and delivery to DLA Distribution Depot Oklahoma by November 2026. Interested parties can reach out to Erica Allen at ERICA.ALLEN@DLA.MIL or call 256-690-5712 for further details.
    BALL SCREW ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of a Ball Screw Assembly for various models of the Black Hawk helicopter, including the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This opportunity involves an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, with delivery expected 343 days after order placement. The Ball Screw Assembly, identified by NSN 1680-01-222-2551 and manufactured by Cef Industries LLC, is critical for the operational functionality of the helicopters. Interested vendors can access the solicitation on or about November 24, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    FD2030-26-00211
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking suppliers for the procurement of a Torque Tube Assembly, identified by NSN 1680-01-143-5429RK. This assembly is critical for aircraft operations and maintenance, ensuring the reliability and safety of various aircraft systems. The procurement is based on the top drawing NF53602-01B, with an expected delivery timeline aligned with the EDL revision dated September 23, 2025. Interested vendors should refer to the solicitation information for further details and contact Brittany R. Caffey for inquiries once the solicitation is approved for quotes.
    SKI ASSEMBLY, LANDIN
    Buyer not available
    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.
    TITLE: 1560-015674327, STRUCTURAL FITTING, WSDC: 40A, HELICOPTER, UH-60A, UH-60L, UH-60V.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the structural fitting, NSN 1560-015674327, used in helicopters UH-60A, UH-60L, and UH-60V. This procurement is aimed at acquiring 40 units annually over a base period of five years, with delivery expected 368 days after order placement, and inspection and acceptance occurring at the destination. The item is critical for maintaining the operational readiness of military helicopters, and interested contractors must be certified by the DOD to access the required unclassified data. The solicitation is anticipated to be issued on or about December 11, 2025, and inquiries can be directed to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    AIRCRAFT, HERCULES, C-130; CONTROL ASSEMBLY, DOOR
    Buyer not available
    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.