17--TOWBAR,AIRCRAFT

SOL #: SPRPA126RYA33Solicitation

Overview

Buyer

PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Ground Servicing Equipment (1730)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 29, 2025
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Jan 15, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Defense, Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, has issued a solicitation for Aircraft Towbars (P/N 6532D787), designated as a Critical Safety Item (CSI). This is a NEW SPARES requirement. Only manufacturers with engineering source approval from the Naval Air Systems Command are eligible for award. Companies not yet approved may submit a Source Approval Request (SAR) by the solicitation closing date. Proposals are due April 15, 2026, at 6:00 PM EST.

Scope of Work

This procurement involves the manufacturing of Aircraft Towbars, which are crucial for shipboard aircraft launch and recovery systems. The scope includes adherence to MIL-STD-130 for markings, extensive quality assurance, and rigorous inspection processes. Key requirements include:

  • Engineering Source Approval: Mandatory for all manufacturers, with a detailed SAR process for new sources.
  • Critical Safety Item (CSI): Strict control procedures, traceability, and certification for all components.
  • Quality Assurance: Interim and final inspections by NAWCADLKE QA representatives, 100% inspection of critical/major characteristics, plating, hardness, and non-destructive testing (NDT). NDT companies must be NADCAP accredited or ISO 17025 certified.
  • First Article Testing (FAT): Required for one uncoated unit, with government witness. A detailed FAT report must be submitted. Waivers for FAT may be granted for offerors who have previously supplied identical production articles under specific conditions.
  • Drawing Updates: Drawing Update Sheet TDR 25-10043 is incorporated and applicable, replacing TDR 25-10103.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: None specified
  • Proposal Due: April 15, 2026, 6:00 PM EST
  • Published: March 27, 2026

Special Requirements

Offerors must provide adequate facilities, inspection equipment, and skilled personnel to support NAWCADLKE inspectors during interim and final inspections. All records pertaining to ALRE CSI/CAI manufacture and inspection/test must be provided to the ALRE Cognizant Technical Authority and maintained by LKE QA and the manufacturer for seven years.

Contact Information

For inquiries, contact THOMAS.KUHNLE@DLA.MIL or call 215-737-4024.

People

Points of Contact

THOMAS.KUHNLE@DLA.MILPRIMARY

Files

Files

Download
Download
View

Versions

Version 9
Solicitation
Posted: Mar 27, 2026
View
Version 8
Pre-Solicitation
Posted: Mar 27, 2026
View
Version 7
Solicitation
Posted: Jan 6, 2026
View
Version 6
Pre-Solicitation
Posted: Jan 6, 2026
View
Version 5
Solicitation
Posted: Jan 5, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 5, 2026
Version 3
Solicitation
Posted: Nov 14, 2025
View
Version 2
Solicitation
Posted: Nov 14, 2025
View
Version 1
Pre-Solicitation
Posted: Oct 29, 2025
View