KC-135R EXTINGUISHER, FIRE, NSN: 1680-01-281-2773JY, PN: 34000004-2
SOL #: SPRTA1-26-R-0227Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States
Place of Performance
Simi Valley, CA
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)
PSC
Miscellaneous Aircraft Accessories And Components (1680)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 30, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
May 4, 2026, 9:00 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 Oklahoma City has issued a Firm Fixed-Price Solicitation for the procurement of Fire Extinguishers (NSN: 1680-01-281-2773JY, PN: 34000004-2) for the KC-135R aircraft. While initially considered a sole source, this is now a negotiated acquisition. Proposals are due May 4, 2026, at 4:00 PM.
Scope of Work
This solicitation seeks new manufacture of "Extinguisher, Fire, Air" units. Key requirements include:
- Item: Spherical hermetically sealed stainless-steel container, 11.5" x 11.5" x 11.5", weighing 17.5 lbs, designed for extinguishing aircraft fires.
- Quantity: Offerors must propose prices for quantity ranges from 15 to 90 units, with the current required quantity being 60 each.
- Delivery: 60 units by May 18, 2026, with early delivery acceptable.
- Condition: All bottles must be delivered empty and marked "G" condition.
- IUID: Item Unique Identification (IUID) marking is required per MIL-STD-130, with specific guidance provided in the IUID Checklist and Engineering Order.
- Production Surge Plan: A Production Surge Plan and Capability Analysis Plan (CAP) are required deliverables, outlining the contractor's ability to rapidly accelerate and sustain production, prepared in accordance with DI-MGMT-80969.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Solicitation.
- Set-Aside: Unrestricted or Small Business Set-Aside.
- NAICS Code: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing), Size Standard: 1,250 employees.
- Anticipated Place of Performance: Simi Valley, CA.
- Proposal Due: May 4, 2026, 4:00 PM (Central Time).
- Published: April 3, 2026.
- Estimated Issue Date: April 13, 2026.
- Anticipated Award: 60 days after issuance of the notice.
Submission & Evaluation
- Submission: Offers will be received at the issuing office. Written proposals are required.
- Evaluation: Award may be based on a combination of price and past performance factors, with price being a significant factor.
- Packaging: Must comply with MIL-STD-129 and MIL-STD-2073-1, including specific Wood Packaging Material (WPM) compliance and unit pack details.
- Transportation: DD Form 1653 outlines F.O.B. Destination terms and requires contractors to use the Procurements Integrated Enterprise Environment (PIEE) for regulatory clearances and shipping documentation.
- Inspection/Acceptance: Wide Area Workflow (WAWF) for receiving reports.
- Surge Option: DFARS Clause 252.217-7001, Surge Option, may be invoked.
Additional Notes
This is a rated order certified for national defense, emergency preparedness, and energy program use. An Ombudsman is available for concerns.
People
Points of Contact
John NolanPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Apr 3, 2026
Version 1
Pre-Solicitation
Posted: Mar 30, 2026