NSN 2840-01-260-9193, Flap Clevis Assembly, WSDC: 2VF Engine F404-GE-103, T-7A Redhawk
ID: SPE4A724R0849Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATIONRICHMOND, VA, 23237, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Flap Clevis Assembly (NSN 2840-01-260-9193) for the WSDC: 2VF Engine F404-GE-103, T-7A Redhawk. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 384 units, and requires delivery within 780 days after the order date. The Flap Clevis Assembly is critical for aircraft operations, and the selected contractor must comply with stringent testing and certification requirements, including First Article Testing and Contractor Production Lot Testing. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727 for further details, with the solicitation expected to be issued around September 16, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the process for submitting Source Approval Requests (SARs) for National Stock Numbers (NSNs) in the context of the Department of Defense (DoD). It emphasizes that SARs should only be submitted for open solicitations and specifies that submissions must be made electronically via the DoD SAFE file transmission site, eliminating the need for physical CDs. Requests should include the CAGE code, NSN, and the desired email address for response. It also advises checking item demand through the DLA Supplier Requirements Visibility Application before submission and provides resources for tracking services using the NSN. Additionally, the review period can exceed 180 days, with formal notifications sent upon decision-making. The guidance serves to streamline the approval process while ensuring compliance with cost-effectiveness considerations.
    The "Aviation Source Approval and Management Handbook" outlines procedures for the approval and management of sources supplying aviation parts and components, particularly focusing on Critical Safety Items (CSIs). It establishes a framework aimed at ensuring full and open competition while adhering to federal guidelines, including the Competition in Contracting Act and the Federal Acquisition Regulation. The document defines various types of sources eligible for approval, such as original equipment manufacturers, licensed repair facilities, and distributors, among others. Key chapters detail procuring activities' responsibilities, the Source Approval Requests (SAR) process, including development, risk management, technical and quality assurance reviews, and the roles of cognizant Engineering Support Activities (ESA). Importantly, it emphasizes the evaluation of supplier capabilities and compliance with established quality standards to mitigate risks associated with sourcing and procurement. It also addresses challenges such as sourcing from unapproved suppliers, the local purchase and repair of items under urgent circumstances, and considerations for surplus materials. The handbook serves as a vital resource guiding military services and defense agencies in managing aviation procurement and ensuring that all sources align with safety and operational standards, ultimately supporting efficiency and safety in military aviation operations.
    Similar Opportunities
    NSN 2840-012609192, CLEVIS ASSEMBLY FLAP, WSDC: 2VF, ENIGNE F404-GE-103, T-7A REDHAWK
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Clevis Assembly Flap, NSN 2840-012609192, for the F404-GE-103 engine used in the T-7A Redhawk aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 400 units, and requires delivery within 856 days after the date of order. The Clevis Assembly Flap is a critical component for aircraft operations, necessitating compliance with stringent quality and technical standards, including contractor first article testing and production lot testing. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727 for further details, and the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around September 4, 2024.
    NSN 1560-01-646-5922, WING LANDING FLAP, WSDC: 04F, AIRCRAFT STRATOFORTRESS B-52
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Wing Landing Flap (NSN 1560-01-646-5922) for the Aircraft Stratofortress B-52. This procurement involves an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 12 units, with delivery expected 300 days after order placement. The item is critical for aviation operations, necessitating compliance with strict safety and quality standards, and requires contractors to be certified by the DOD to access unclassified data. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727, and the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around September 19, 2024.
    NSN 1615-011618384, TAIL TAKEOFF FLANGE, WSDC: 27F, HELICOPTER, HH-60 ALL VARIATIONS PAV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the Tail Takeoff Flange, NSN 1615-011618384, specifically for the HH-60 helicopter variations. The procurement requires that parts be manufactured in accordance with the specified basic drawing and is set for a base period of five years, with an estimated annual quantity of 72 units and delivery expected 535 days after order placement. This component is critical for maintaining the operational readiness of military aviation systems, ensuring safety and performance standards are met. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around September 10, 2024, and should direct inquiries to Tatjana Vaughan at tatjana.vaughan@dla.mil or by phone at 804-279-2727.
    15--FLAP ASSY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a repair/modification for the FLAP assembly, identified by NSN 7R-1560-014560025-KB. The procurement involves a quantity of one unit, with delivery terms set to FOB Origin, and the government currently lacks sufficient data to purchase this part from sources other than the current supplier. This component is critical for airframe structural integrity, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, although all responsible parties may express their interest and capability to respond. Interested vendors should contact Joshua J. Seltzer at (215) 697-3563 or via email at joshua.j.seltzer@navy.mil, with proposals due within 45 days of the notice publication.
    29--PLATE,FLAPPER,VALVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 21 units of the NSN 2915004062666, specifically a Flapper Valve Plate. This procurement is critical for maintaining the operational readiness of aircraft engines, as the flapper valve plate is an essential component in engine accessories. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and the deadline for delivery to the DLA Distribution Depot in Oklahoma is set for 340 days after order placement. For inquiries regarding this solicitation, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.
    NSN 1560-01-437-0120, DUCT ASSEMBLY BLEED AIR, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Duct Assembly Bleed Air, NSN 1560-01-437-0120, for the Stratolifter C/KC aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 72 units, and delivery expected 3330 days after order placement. The item is critical for aircraft operations and must be manufactured according to specific military specifications, with data access restrictions requiring contractors to be certified by the DOD. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727, and the solicitation will be available on or about September 4, 2024, via the DLA Internet Bid Board System (DIBBS).
    NSN 1560-011819262, ADJUSTABLE FIT BOLT, WSDC: E22A, AH-64E
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking qualified small businesses to provide an indefinite quantity contract for the Adjustable Fit Bolt, NSN 1560-011819262. This procurement is specifically set aside for small businesses and aims to secure an estimated annual quantity of 131 units over a base period of five years, with delivery expected 524 days after order placement. The Adjustable Fit Bolt is a critical component used in military aviation, manufactured by approved suppliers such as Monogram Aerospace Fasteners, Inc., SPS Technologies LLC, and Space-Lok, Inc. Interested parties should prepare for a reverse auction process and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around September 4, 2024. For inquiries, contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or by phone at 804-279-2727.
    NSN 1660-01-046-5739, AIRCRAFT DUCT ASSEMBLY, WSDC: 26F, F-16 AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Aircraft Duct Assembly, NSN 1660-01-046-5739, for the F-16 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of eight units, and requires first article testing prior to production. The selected contractors must be certified by the Department of Defense to access unclassified data and comply with federal regulations, ensuring high-quality production of critical aviation components. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727, with the solicitation expected to be available on or about September 16, 2024, via the DLA Internet Bid Board System (DIBBS).
    STRUCTURAL SUPPORT / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide structural support components for the C/KC-135 Stratolifter aircraft. This procurement involves an indefinite quantity contract (IQC) for the item with National Stock Number (NSN) 1560-00-608-3818, with an estimated annual quantity of 848 units required over a base period of five years. The selected contractor will be responsible for delivering the components within 350 days after order placement, with inspection and acceptance occurring at the origin. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561 for further details, and the solicitation is expected to be issued around September 13, 2024.
    CENTERING BEARING PLATE / Z9N, F/A-18, A-D, E/F, G GROWLER AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of the Centering Bearing Plate, NSN: 1615-01-158-9597, specifically for the F/A-18 aircraft series. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 900 units, and requires both contractor first article testing and production lot testing. The selected contractor will be responsible for delivering the first article test report within 180 days after receipt, with subsequent production units due 30 days after government approval of the production lot test. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or call 804-279-1561 for further details, and the solicitation is expected to be available on or about September 13, 2024, via the DLA Internet Bid Board System (DIBBS).