Servovalve, Hydraulic
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 Oklahoma City, OK is preparing to issue a Request for Proposal (RFP# SPRTA1-26-R-0230) for a Servovalve, Hydraulic (PN: 6U6009-2). This presolicitation outlines the requirement for spares for F5/T38 aircraft. The estimated issue date is April 24, 2026, with proposals closing on May 26, 2026.
Scope of Work
The requirement is for a Servovalve, Hydraulic (NSN: 1650-00-960-5708), which mechanically selects hydraulic flow to the right-hand rudder actuator. The item has dimensions of 4.0" (L) x 2.0" (W) x 2.0" (H) and weighs 0.5 lbs, made of steel and aluminum. The acquisition includes:
- Line Item 0001: 60 Each (with a range of 15-90) of the servovalve.
- Line Item 0002: 1 Lot for a Surge Production Capabilities Plan.
Required delivery is on or before January 15, 2028, to SW3210, Hill AFB, UT. UID requirements will apply, and surplus is not authorized.
Contract & Timeline
- Type: Request for Proposal (RFP# SPRTA1-26-R-0230)
- Estimated Issue Date: April 24, 2026
- Estimated Closing Date: May 26, 2026
- Required Delivery: On or before January 15, 2028
- Set-Aside: This acquisition will not be set aside.
- Qualified Sources: Contractors must be qualified. Thomas Instrument (CAGE 5H860) is identified as a qualified source.
Evaluation & Mandatory Language
This proposed contract action is justified under 10 U.S.C. 2304(c)(1) and FAR 6.302, indicating that the supplies are available from only one or a limited number of responsible sources. The Government does not own the data or rights needed to manufacture this item, and interested firms are encouraged to contact the OEM. While price will be a significant factor, the final award decision may also consider past performance. All responsible sources may submit a proposal, which will be considered. Foreign-owned firms should contact the contracting officer regarding restrictions. An Ombudsman is available for concerns during the proposal development phase.
Additional Notes
Electronic procedures will be used, and the solicitation will be available for download only at www.sam.gov. The Government is not using policies for commercial items, but interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice. Government obligation is contingent upon the availability of appropriated funds. Questions can be directed to the buyer, Chrissy Turnage, at christine.turnage@us.af.mil.