SPRRA1-25-R-0066/NSN: 1560-01-221-2619/NOUN: SUPPORT ASSEMBLY,BE
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 DLA Aviation at Huntsville, AL is soliciting proposals for a five-year Indefinite Delivery Requirements (IDR) Firm Fixed-Price (FFP) contract for SUPPORT ASSEMBLY, BE (NSN: 1560-01-221-2619, PN: 70400-08162-042). This is a limited sources requirement. Proposals are due by December 8, 2025, at 12:00 PM.
Scope of Work
This opportunity requires the provision of SUPPORT ASSEMBLY, BE, which is designated as a Critical Safety Item (CSI) and requires Flight Safety compliance. Key requirements include Production Lot Testing (PLT) (one item destroyed), First Article Test (FAT) (unit not destroyed), Serial Number Requirement Reporting (SNRR) markings, Aviation Maintenance Management System-Aviation (TAMMS-A) markings, and IUID markings. A contractor-furnished reusable container is also required, with its price incorporated into the unit price. Arms Export Control is applicable.
Contract & Timeline
- Solicitation Number: SPRRA1-25-R-0066
- Contract Type: Firm Fixed-Price (FFP), Indefinite Delivery Requirements (IDR)
- Period of Performance: Five years
- Estimated Quantity: 150 each for the base award, with the government reserving the right to order any quantity above the minimum.
- Set-Aside: Limited Sources, specifically 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 required item is new material obtained from an approved source.
- Offer Due: December 8, 2025, 12:00 PM.
- Original Solicitation Date: September 29, 2025.
- Latest Amendment Date: April 2, 2026 (pertaining to J&A).
Submission & Evaluation
Proposals must be submitted via email; facsimile proposals will not be accepted. Offerors must acknowledge their ability to support the requirement for the full five-year period and submit a subcontracting plan. The government will evaluate proposals based on best value, considering price, past performance, and delivery schedule, with trade-offs potentially made among these factors. The Technical Data Package (TDP) will be provided via the DOD SAFE site.
Additional Notes
Deliveries without FAT commence 630 days after contract award (DACA); deliveries with FAT commence 945 DACA. Accelerated delivery is encouraged at no additional cost to the government. Funds will be obligated upon issuance of each delivery order, and WAWF (Wide Area Workflow) will be used for payment instructions. An amendment to the Justification for Other Than Full and Open Competition (J&A) indicates an increase in the estimated total contract value by 50% or more.