Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2025 SAM #8788
SOLICITATION NOTICE

16 -- NOZZLE ASSEMBLY, AER

Notice Date
12/16/2025 12:18:57 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-26-Q-0156
 
Response Due
1/1/2026 9:59:00 PM
 
Archive Date
01/01/2027
 
Point of Contact
Genevee Suba
 
E-Mail Address
genevee.suba@us.af.mil
(genevee.suba@us.af.mil)
 
Description
Synopsis for Boeing Rights Guard (BRG) Applicable Acquisition AMC: 1/G 100% Small Business Set-Aside Estimated Solicitation issue date is 02 Jan 2026 with an estimated closing/response date of 16 Feb 2026. It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM. This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. Request for Proposal #: SPRTA1-26-Q-0156 Purchase Request: FD2030-24-01486, FMS Requirement Nomenclature/Noun: Nozzle Assembly Aer NSN: 1680-00-656-6170 FL Part Number: 5-40678-19 Application (Engine or Aircraft): C/KC-135 Aircraft Acquisition Method Code (AMC): 1/G; Full and Open Competitive Acquisition for the Second or Subsequent Time. Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures. Information concerning procedures to request/obtain the BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. No History Description/Function: Used to transfer fuel between the KC-135 and receiver aircraft. The universal nozzle assembly forms the fuel-tight coupling between the receiver aircraft. Dimensions: Approximately 22.6 inches in length, 8.00 inches in width and 8.0 inches in height, and 38.00 lbs in weight. Material: Aluminum, steel Sources / Qualified Sources (if Qualification Requirements Apply): Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. Qualification Requirements: Not applicable to this acquisition. If Qualification Requirements apply to this acquisition, contact the buyer listed below at (405) 739-5501 or genevee.suba@us.af.mil for qualification information or source approval requests. First Article: First Article(s) ARE NOT required for this acquisition. If First Articles are required, if there are any applicable waiver criteria, these will be detailed in the solicitation itself, when issued. Export Control: Yes. If identified as being applicable, you are REQUIRED to be �EXPORT CONTROLLED� certified in order to receive and view the Technical Data Package / drawings for this solicitation. If your company intends to become Export Control Certified, a web site for registration exists: http://www.dlis.dla.mil/jcp/. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data as well as satisfying the requirements under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a Boeing Rights Guard CD-ROM. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. If potential quantity ranges would provide price breaks, then the contractor should submit an offer with quantity ranges that yield the best prices to the Government including at a minimum the current required line item quantity of (2) each. See FAR clause 52.207-4. FMS reserves the right to decline any quantity amount, including the current requirement, at any time before award for any reason including the offered unit price. The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received. The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. Surplus is authorized for this procurement. Required Delivery Schedule: 2ea, No Later Than 21 April 2026 Destination: DLA Distribution Depot, Tinker AFB, Oklahoma Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION � AOCA�s CA/ombudsman can be reached at 385-591-1672, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities of its local ombudsman. UID marking requirements IAW DFARS, clause 252.211-7003 apply to this acquisition. This procurement is a total 100% Small Business Set Aside. This solicitation will include DLAD provision 52.215-9023 for Reverse Auction. Since a Reverse Auction may be conducted if in the best interest of the Government, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction. Offerors who do not self-register will be loaded at the time of auction by DLA, if conducted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/47dd24a822bf42a5932ea4a690e34d23/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07667490-F 20251218/251216230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.