SPRTA1-26-R-0200 (NSN:6695-01-363-3031)
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 has issued a Solicitation (SPRTA1-26-R-0200) for the procurement of 10 Motional Transducers (NSN: 6695-01-363-3031, PN: 1369M58P02). These transducers are critical components for F-110 engine/aircraft applications. Offers are due by April 20, 2026, at 3:00 PM.
Scope of Work
This solicitation seeks 10 each of the TRANSDUCER, MOTIONAL, specifically NSN: 6695-01-363-3031, Part Number: 1369M58P02. The transducer is described as a linear variable differential transformer (LVDT) with a moveable core attached to a nozzle actuation ring, providing an electrical output signal proportional to actuator position. The material required is Stainless Steel Alloy. The manufacturer is identified as 97424.
Contract Details
- Contract Type: Implied Firm Fixed Price.
- Quantity: 10 Each (EA).
- Required Delivery: On or Before October 30, 2026.
- F.O.B.: Origin.
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing).
- Small Business Size Standard: 1,500 employees.
- Quality Assurance: Standard inspection per FAR 52.246-2, -3, -4, -5, -6, and Higher Level Contract Quality Requirements per FAR 52-246-11, ISO 9001:2000, AS 9100, or NATO AQAP2070 (or equivalent).
- IUID: Required.
- Physical Item Markings: Required.
Submission & Evaluation
- Offer Due Date: April 20, 2026, at 3:00 PM.
- Submission: Electronic procedures will be used. Detailed instructions for representations and certifications are provided in the solicitation.
- Evaluation: Award will be made to offerors, products, or manufacturers meeting qualification requirements at the time of award, as per FAR Clause 52.209-1 or 52.209-2. Section M (Evaluation Factors for Award) is referenced in the solicitation.
Eligibility / Set-Aside
This acquisition is Unrestricted (Negotiated), allowing all responsible sources to submit offers. The solicitation indicates options for various small business set-asides, but is not specifically set aside.
Additional Notes
This solicitation incorporates numerous FAR and DFARS clauses by reference, which offerors must review. Payment will be processed via Wide Area Workflow (WAWF). Foreign Military Sales (FMS) case SR-D-QDF is referenced. For questions, contact Alson Dacalio at alson.dacalio@us.af.mil or (405) 739-8448. An Ombudsman is available for proposal development concerns at (405) 734-8241.