Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 is conducting a Sources Sought for a Performance Based Logistics (PBL) program covering Secondary and Ground-Based Auxiliary Power Systems. This market research aims to identify responsible sources and determine the acquisition strategy for supporting various aircraft and ground start cart components. Responses are due May 31, 2026.
Purpose & Scope
This Sources Sought is for market research purposes only, to assess industry capabilities and determine if the effort can be competitive or set aside for small businesses. The anticipated PBL contract will support repairable Non-Standard Items (NSNs) for a wide range of aircraft, including the A-10, B-1, B-2, E-3, F-15, KC-46, F-16, F-22, F-35, E-7, C-130, and Gas Turbine Engines for Ground Start Carts. The program will emphasize availability and reliability metrics, with contractor payment based on weapon system usage. Support for Foreign Military Sales (FMS) customers and delivery to CONUS/OCONUS supply points may also be included.
Key Requirements / Deliverables
- Implement a performance-based logistics construct focused on availability and reliability.
- Provide repair and/or replacement services for covered items.
- Manage inventory, warehousing, configuration, and obsolescence.
- Offer training and sustaining engineering support.
- Cover approximately 300 DLR items across 25 Federal Supply Codes (FSCs), with flexibility for additional items.
- The potential contract structure includes a five-year base period with a five-year option.
Submission & Evaluation
This is an information-gathering notice and not a solicitation. Interested parties should:
- Identify their small business status relative to NAICS code 336413 (size standard 1000 employees).
- Describe anticipated teaming arrangements.
- Detail similar services offered in the past three years.
- Provide answers to 18 specific questions regarding experience, capabilities, facilities, quality control, and business information.
Eligibility / Set-Aside
The government is specifically interested in responses from all small businesses, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.
Additional Notes
Honeywell International Inc. is the Original Equipment Manufacturer (OEM) and holds limited data rights. The government does not possess complete data packages but may provide technical repair manuals and usage data. Responses are not offers and will not form a binding contract. Responders are responsible for all associated expenses.