SUPPORT,TURBINE COM
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 has issued a Request for Quotation (RFQ) for SUPPORT, TURBINE COM (NSN: 2840-01-446-6205 NZ). This opportunity seeks "New Manufactured Materials / Critical Safety Item" for 2nd Stage duct segments made of Nickel Alloy. First Article Testing (FAT) is required. This is NOT a small business set-aside. Quotations are due by close of business on May 26, 2026.
Scope of Work
The requirement is for the procurement of support for turbine components, specifically 2nd Stage duct segments. Key aspects include:
- First Article Testing (FAT): Mandatory, with potential waivers for approved sources with satisfactory past performance or the prime contractor (Pratt & Whitney).
- Quality Assurance: Adherence to LPF-QAR-003, detailing dimensional conformance, non-destructive inspections (NDI), material properties testing, serialization, and specific reporting formats. Inspectors must be Level III or Level II certified.
- Data Deliverables: Submission of a First Article Qualification Test Plan (A001) within 30 calendar days of contract award, and a Test/Inspection Report (A002) within 120 calendar days of government approval of the plan. Deliveries are via ISO-10149 compliant CD-ROM in Adobe Acrobat PDF.
- Packaging: Compliance with MIL-STD-129 and MIL-STD-2073-1, including restrictions and treatment requirements for Wood Packaging Material (WPM).
- Transportation: F.O.B. Origin with Prepaid Freight, with specific instructions and ship-to locations (primarily Tinker AFB, OK) detailed in DD Form 1653.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Not a small business set-aside.
- NAICS Code: 336412, with a size standard of 1,500 employees.
- Required Certifications: ISO 9001-2015 compliance and Item Unique Identification (IUID) are mandatory.
- Pricing: Offerors must individually price each Contract Line Item Number (CLIN), propose Non-Recurring Engineering (NRE) expenses separately, and may be required to provide certified cost and pricing data.
Submission & Evaluation
- Quotations Due: May 26, 2026 (close of business).
- Evaluation Process: Best Value Process, Performance Price Tradeoff (PPT) source selection. Technical acceptability is a prerequisite.
- Evaluation Factors: Technical (Primacy 1) and Cost/Price (Primacy 2). The cost of First Article testing will be a factor in the evaluation.
- Eligibility: Offerors must be approved sources in accordance with the Qualification Requirements clause. Source Approval Requests (SARs) are encouraged to be submitted promptly.
Additional Notes
Engineering Data List (EDL) and drawings are available via a secure link on SAM.gov due to export control restrictions. Wide Area Workflow (WAWF) is the required method for submitting payment requests and receiving reports. Primary Contact: James Headington, James.Headington.1@us.af.mil.