The document outlines a government solicitation (SPRTA1-25-R-1348) for the procurement of hydraulic shut-off valves and associated equipment. Issued on July 15, 2025, this unrestricted Request for Proposal invites bidders to supply between 29 to 88 units of the valve, specifically designed for the C/KC135 aircraft hydraulic systems. The expected delivery schedule commences with one unit per month starting March 31, 2026.
The contract stipulates compliance with multiple federal regulations, including the Buy American Act, and requires the contractor to adhere to specified quality assurance standards like AS9100. The solicitation is open to various business types, including women-owned and service-disabled veteran-owned enterprises, aligning with government initiatives to promote small business participation.
Invoicing will be processed electronically via the Wide Area Workflow system, ensuring efficiency and compliance with payment guidelines. The document emphasizes the importance of accurate representations and certifications by bidders in regards to compliance with government procurement regulations. Overall, the solicitation reflects the government's structured approach to contracting, aimed at enhancing accountability and ensuring that suppliers meet defined standards.
This presolicitation notice outlines the intent of the federal government to procure a hydraulic shut-off valve (NSN 4810006901656HS) for the KC-135 aircraft, with a maximum quantity of 88 units. The solicitation is designated as SPRTA1-25-R-1348 and will be available for download on the SAM website beginning 14 July 2025, with a required delivery date by 16 December 2025. Kevin Howe serves as the Contracting Officer overseeing this action. Only Meggitt North Hollywood Inc. (CAGE 79318) is identified as a qualified source due to the nature and specifications of the valve, which is made of aluminum alloy and designed to relieve pressure in hydraulic systems.
The notice emphasizes that no legal obligation for payment exists until appropriated funds are confirmed available. An Ombudsman is appointed to address any concerns from offerors during the proposal stage, ensuring confidentiality. This contracting action is justified under FAR 6.302, indicating a limited number of responsible sources available for the required supplies. The notice reflects standard procedures in federal procurement, emphasizing transparency and due process in acquiring essential materials for defense operations.