Opportunity

SAM #SPRTA1-26-R-0245

Procurement of Hydraulic Servovalve Spares for F-5/T-38 Aircraft

Buyer

DLA AVIATION AT OKLAHOMA CITY, OK

Posted

April 14, 2026

Respond By

April 29, 2026

Identifier

SPRTA1-26-R-0245

NAICS

336413, 336419, 336412

This opportunity involves the procurement of hydraulic servovalve spares for military aircraft by DLA Aviation at Oklahoma City, under the Department of Defense. - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Oklahoma City, Department of Defense - OEMs and Vendors: - Thomas Instrument, Inc. (CAGE 5H860) is the listed OEM and qualified source - Products/Services Requested: - Servovalve, Hydraulic for F-5/T-38 Aircraft - National Stock Number (NSN): 1650-00-960-5707 - Part Number: 6U6009-1 - Estimated quantity: 100 units (minimum 25, maximum 150) - Aluminum construction, 3 in (L) x 1.78 in (W), 0.47 lbs - Controls hydraulic flow for rudder actuator - Unique or Notable Requirements: - Surge option clause included - UID (Unique Identification) marking required - Surplus material is not authorized - No qualification or export control requirements specified - Government does not own manufacturing data; interested parties must contact the OEM for data rights - Not set aside for small business - Delivery Location: - SW3210 TAC: FRS2 - Contracting office at DLA Aviation, 3001 Staff Drive, Tinker AFB, OK 73145-3070

Description

PR: FD2030-26-01005

1.  Estimated issue date and estimated closing/response date: 

Issue:     April 30, 2026

Closes:  May 29, 2026

2.  RFP# SPRTA1-26-R-0245

     Request for Proposal

3.  Service/Spare/Repair/OH: Spares

4.  AMC: 3/P

5.  Nomenclature/Noun: Servovalve, Hydraulic

6.  NSN: 1650-00-960-5707

7.  PN: 6U6009-1

8.  History: 18 Jul 2025, 60 each, Thomas Instrument, Inc., (CAGE 5H860)

9.  Description/Function: Servovalve, Hydraulic. DIMENSIONS, 3 INCH (L) 1.78 INCH (W) 0.47 POUNDS (LBS). MATERIAL CONTENT Aluminum. Controls Hydraulic Flow of Fudder Actuator. APPL. TO F-5/T-38.

10. Total Line Item Quantity:  L/I 0001 100 Each (Min: 25 Each, MAX: 150 Each)

11. Application (Engine or Aircraft): F-5/T-38

12. Destination: L/I 0001 Ship to SW3210 TAC: FRS2

13. Required Delivery: On or Before 28 JAN 2028

14. Qualification Requirements: No

15. Export Control Requirements: No

16. UID: UID requirements will apply.

17. Qualified Sources: Thomas Instrument, Inc., (CAGE 5H860)

18. Set-aside: This acquisition will not be set aside.

19. Surplus: Surplus is not authorized.

20. Surge Requirement: Surge option clause 252.217-7001 will be included in this solicitation. The successful offeror who is awarded this contract will be required to submit a Capabilities Analysis Plan (CAP) as stated and in accordance with clause 252.217-7001 (b)(2) and Data Item Description attachment DI-MGMT-80969 Production Surge Plan within 30 days after award.

21. Mandatory Language:

The Government does not own the data or the rights to the data needed to manufacture this item.  Firms interested in participating in this procurement are encouraged to contact the OEM to inquire about the data or rights to the data.

In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.

It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. 

This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined.  Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer

Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov.

Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. 

This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

22. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Howard Heflin at howard.heflin@us.af.mil.

View original listing