SPE4A526R0158; 1560006280158; Coupling, Flexible, A.
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 is issuing a presolicitation for a non-commercial Firm Fixed Price Contract to acquire Flexible Couplings (NSN: 1560006280158). This opportunity is unrestricted and will be solicited under FAR Part 15. The formal solicitation is anticipated on or about April 2, 2026. Interested surplus dealers, small business dealers, and distributors are invited to respond to this synopsis by April 12, 2026.
Scope of Work
The requirement is for Coupling, Flexible, A. (NSN: 1560006280158). Approved sources include The Boeing Company (PN 10-2429-2) and SMR Acquisition LLC (PN 5A1014). Terms are FOB Origin, with inspection and acceptance at origin. A requested delivery period of 504 days After Receipt of Order (ARO) is specified.
Contract & Timeline
- Type: Non-commercial Firm Fixed Price Contract (IAW FAR Part 15)
- Set-Aside: Unrestricted
- Solicitation Release (anticipated): On or about April 2, 2026
- Synopsis Response Due: April 12, 2026 (7:00 PM UTC)
- Published: March 18, 2026
- Department/Agency: DEPT OF DEFENSE / DEFENSE LOGISTICS AGENCY / DLA AVIATION
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the future solicitation.
Additional Notes
A copy of the solicitation will be available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on the issue date. Paper copies will not be available. Respondents to this synopsis should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government may adjust its acquisition strategy based on these responses.