1630-01-678-3355(26-R-0266)

SOL #: SPRHA1-26-R-0266Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OGDEN, UT
HILL AIR FORCE BASE, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Wheel And Brake Systems (1630)

Set Aside

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

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Apr 17, 2026, 8:00 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 Defense Logistics Agency (DLA) Aviation at Ogden, UT has issued a solicitation (SPRHA1-26-R-0266) for 29 RIGGER STRUT ASSEMBLIES (NSN: 1630-01-678-3355, P/N: 201612170-10) for C-130 Landing Gear applications. This opportunity is a Total Small Business Set-Aside. An amendment has extended the response deadline to April 17, 2026.

Scope of Work

This acquisition falls under "Other Aircraft Part and Auxiliary Equipment Manufacturing" (NAICS 336413). Key requirements include:

  • Manufacturing of 29 RIGGER STRUT ASSEMBLIES, NOSE SKI, with specific technical modifications detailed in the Engineering Data Requirements (EDR), such as using Air Valve P/N M6164-2 and revised anodizing/inflation procedures.
  • Submission of a First Article Test Report (FATR) for certain items, with an associated Contract Data Requirements List (CDRL) outlining specific data and documentation.
  • Compliance with Unique Item Identification (IUID) and physical markings per MIL-STD-130.
  • Packaging and marking must adhere to MIL-STD-129 and MIL-STD-2073-1E, as detailed in the Packaging Statement of Work, including requirements for hazardous materials and electrostatic sensitive devices.
  • Higher-level contract quality requirements, such as AS9100, are specified.

Contract & Timeline

  • Type: Solicitation (implies Firm Fixed Price)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: April 17, 2026, 8:00 PM EDT
  • Published: March 17, 2026 (Amendment Date)
  • Offers Firm: 120 days from solicitation issue date.

Eligibility & Evaluation

This acquisition is restricted to qualified sources. Offerors must meet Manufacturing Qualification Requirements (MQR), which include notifying the government of intent to qualify, certifying facilities/capabilities, verifying data packages, and providing a qualification test plan/procedure and a pre-contract award qualification article. The estimated qualification cost is $34,000 with an estimated time of 365 days. Proposals from unqualified offerors will not be considered unless qualification requirements are met before the award date. Evaluation will primarily be based on Price or Cost, with First Article testing costs being a factor. This opportunity is for U.S. Contractors Only.

Additional Notes

Controlled Unclassified Information (CUI) is involved. Early and partial deliveries are acceptable at no increase in cost.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 17, 2026
Version 2
Solicitation
Posted: Jan 6, 2026
View
Version 1
Sources Sought
Posted: Dec 17, 2025
View
1630-01-678-3355(26-R-0266) | GovScope