Opportunity

SAM #TF33ADDGROUP5

DLA Aviation to Add 381 NSNs to Sole Source Pratt & Whitney Contract for Parts and Support Services

Buyer

DLA Aviation

Posted

April 21, 2026

Respond By

May 06, 2026

Identifier

TF33ADDGROUP5

NAICS

336413, 336412

DLA Aviation is expanding its long-term sole source contract with Pratt & Whitney to include 381 additional National Stock Numbers (NSNs): - Government Buyer: - Defense Logistics Agency (DLA) Aviation, SMSG Aviation Supply Chain Corporate LTC, Richmond, VA - OEM Highlight: - Pratt & Whitney (CAGE 52661) is the sole source manufacturer for all items - Products and Services Requested: - Supply of 381 NSNs (specific part numbers and quantities not listed) - Planning and forecasting support for parts - Inventory management support - Engineering management support - Field engineering support - Notable Requirements: - All NSNs are under technical review; competitive items will be removed - Annual material delivery orders with delivery within the same calendar year - Alternate offers must submit a complete technical data package for each NSN - Surplus dealers may respond with surplus certificates or traceability documentation - Place of Performance: - Tinker Air Force Base, Oklahoma - Contracting office at DLA Aviation, Richmond, VA

Description

DLA Weapons Support intends to add three hundred and eighty-one NSNs to the existing long-term strategic sole source contract SPE4AX24D9000, which is a subsumable contract to Pratt & Whitney contract SPE4AX-22-D-0001. These NSNs are intended to be awarded on a sole source basis to Pratt & Whitney CAGE 52661 in accordance with the originally approved J&A. The NSNs on this list are currently under technical review. Any item identified as competitive will be removed. However, the NSNs identified here were not included in the list of original items synopsized for this effort. The contract currently has about four years remaining and a possible option of four additional years. The contract requires supply of parts as well as planning/forecasting, inventory management, engineering management and field engineering support.  Any supplies to be furnished under this resulting contract will be ordered by issuance of an annual material delivery order for items to be delivered within the same calendar year. Terms are FOB Origin with Inspection and Acceptance at Source. This solicitation will not include any items that have a competitive data package. Alternate offers must submit a complete technical data package for each NSN for approval to be considered for award. This procurement is unrestricted.

The attached list of NSNs are the items that have been identified for this current action.  If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately.

“It is the Government’s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date.  Surplus dealers are also invited to respond to this synopsis.  The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable).  Responses to this announcement from other than the OEM should identify items of interest and include evidence of the ability to supply the items for the contract period as identified.  In addition, respondents should identify the quantity available and price.  A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (steven.powell@sba.gov).  The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government.”

To receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM).  Annual updates to your registration will be required.  For registration procedures and information please visit the World Wide Web at https://www.sam.gov.  A paper copy of the solicitation will not be available to requestors.  The solicitation issue date is on or about May 7, 2026.

View original listing