SPRRA1-25-R-0066/NSN: 1560-01-221-2619/NOUN: SUPPORT ASSEMBLY,BE

SOL #: SPRRA1-25-R-0066Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT HUNTSVILLE, AL
REDSTONE ARSENAL, AL, 35898-7340, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Airframe Structural Components (1560)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 29, 2025
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Nov 7, 2025, 6:00 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 Huntsville, AL, is soliciting proposals for SUPPORT ASSEMBLY, BE (NSN: 1560-01-221-2619, P/N 70400-08162-042) under solicitation number SPRRA1-25-R-0066. This is a five-year Firm Fixed-Price Indefinite Delivery Requirements contract for a Critical Safety Item. The offer due date has been extended to December 8, 2025, at 12:00 PM.

Scope of Work

The requirement is for the provision of SUPPORT ASSEMBLY, BE. This item is designated as a Critical Safety Item (CSI), necessitating adherence to Flight Safety/CSI requirements. Key deliverables and requirements include:

  • Production Lot Testing (PLT), with one item destroyed during testing.
  • First Article Test (FAT), where the unit will not be destroyed.
  • Serial Number Requirement Reporting (SNRR) and Aviation Maintenance Management System-Aviation (TAMMS-A) markings.
  • Contractor-furnished reusable containers (price incorporated into unit price).
  • IUID markings.
  • Compliance with Arms Export Control.
  • Technical Data Packages (TDPs) will be provided via the DOD SAFE site.

Contract Details

  • Contract Type: Firm Fixed-Price, Indefinite Delivery Requirements.
  • Period of Performance: Five years.
  • Estimated Quantity: The government intends to issue a delivery order for 150 each with the base award, reserving the right to order any quantity above the minimum.
  • Delivery Schedule: Deliveries without FAT commence 630 days after contract award (DACA); deliveries with FAT commence 945 DACA. Accelerated delivery is encouraged at no additional cost.
  • Set-Aside: This is a Limited Source requirement, specifically for Sikorsky Aircraft Corporation (CAGE 78286), Air Industries Machining, Corp. (CAGE 8L513), and Transaero, Inc. (CAGE 27541). Offers from non-manufacturers (distributors) will only be considered if the material is new and obtained from an approved source.
  • Estimated Value: An amendment to the Justification for Other Than Full and Open Competition (J&A) indicates the estimated total contract value has increased by 50% or more.

Submission & Evaluation

  • Submission Method: Proposals must be submitted via email; facsimile proposals will not be accepted.
  • Offeror Requirements: Offerors must acknowledge their ability to support the requirement for the full five-year period and submit a subcontracting plan.
  • Evaluation Factors: Proposals will be evaluated based on best value, considering price, past performance, and delivery schedule. Trade-offs may be made among these factors.
  • Payment: WAWF (Wide Area Workflow) will be used for payment instructions.

Key Dates & Contacts

  • Offer Due Date: December 8, 2025, at 12:00 PM.
  • Published Date: April 2, 2026.
  • Primary Contact: Stacy Hood (Stacy.Hood@dla.mil, 256-986-0897).
  • Secondary Contact: Christopher Butler (CHRISTOPHER.BUTLER@DLA.MIL, 256-690-5455).

People

Points of Contact

Christopher ButlerSECONDARY

Files

Files

Download

Versions

Version 4
Justification
Posted: Apr 2, 2026
View
Version 3
Award Notice
Posted: Apr 2, 2026
View
Version 2
Solicitation
Posted: Oct 23, 2025
View
Version 1Viewing
Solicitation
Posted: Sep 29, 2025