Opportunity
SAM #SPRTA1-26-R-0156
DLA Aviation Solicits KC-46 Aircraft Slats from Approved Sources
Buyer
DLA AVIATION AT OKLAHOMA CITY, OK
Posted
May 12, 2026
Respond By
May 27, 2026
Identifier
SPRTA1-26-R-0156
NAICS
336413
DLA Aviation at Oklahoma City is soliciting proposals for aircraft slats for the KC-46 aircraft. - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Oklahoma City - Located at Tinker Air Force Base - OEM Highlight: - The Boeing Company is the qualified source for the requested slat - Products Requested: - Slat, Aircraft for KC-46 - National Stock Number (NSN): 1560-01-701-2335 - Part Number: 654T0513-1555 - Quantity: 3 units (with a possible range of 1 to 5 units) - Material: Aluminum and composite - Dimensions: 151.0 in (L) x 24.0 in (W) x 6.7 in (H) - Weight: 103 lbs - Vendor Requirements: - Vendors must be approved sources or authorized distributors - Documentation is required to establish distributor status - Surplus items are not authorized - UID (Unique Identification) requirements apply - Export control requirements do not apply - The government does not own manufacturing data or rights; interested firms must contact the OEM for data access - Qualification requirements reference FAA certification procedures (14 CFR Part 21) and a qualification requirements URL is provided - Delivery: - Delivery required to Tinker Air Force Base, Oklahoma - Set-Aside: - No set-aside is specified for this acquisition
Description
Synopsis
PR: FD2030-26-00196
1. Estimated issue date and estimated closing/response date:
Issue: May 27, 2026
Closes: June 26, 2026
2. RFP# SPRTA1-26-R-0156
Request for Proposal
3. Service/Spare/Repair/OH: Spares
4. AMC: 1/Z
5. Nomenclature/Noun: Slat, Aircraft
6. NSN: 1560-01-701-2335
7. PN: 654T0513-1555
8. History: No DLA procurement history.
9. Description/Function: Slat, Aircraft. DIMENSIONS, 151.0 INCH (L) BY 24.0 INCH (W) BY 6.7 INCH (H). 103.0 POUNDS (WEIGHT). MATERIAL CONTENT, Aluminum and composite. THE LEADING EDGE SLAT IS A SECONDARY FLIGHT CONTROL SURFACE PROVIDING ENHANCED LIFT AT SLOW SPEEDS. APPL. TO KC-46.
10. Total Line Item Quantity: L/I 0001 3 Each (Range: 1-5)
11. Application (Engine or Aircraft): KC-46
12. Destination: L/I 0001 Ship to SW3211, Tinker AFB, OK
13. Required Delivery: On or Before 27 Nov 2026
14. Qualification Requirements: Contractor must be an approved source. PURCHASE OF THE ABOVE ITEMS THROUGH THE KC-46 AIRCRAFT PRIME VENDOR (BOEING, CAGE 81205) OR OTHER AUTHORIZED DISTRIBUTORS IS AN ACCEPTABLE PRACTICE, PURSUANT TO ALL OTHER APPLICABLE ACQUISITION REGULATIONS. VENDORS MUST ESTABLISH DISTRIBUTOR STATUS BY PRESENTING SIGNED AGREEMENT OR OTHER DOCUMENTATION DETAILING THIS RELATIONSHIP WITH ONE OR MORE OF THE APPROVED MANUFACTURING SOURCES.
Qualification Requirements are available at https://www.ecfr.gov/current/title-14/chapter-I/subchapter-C/part-21
All manufacturing sources shall be approved per 14 CFR part 21.
This part is subject to Federal Aviation Administration (FAA) certification procedures per 14 CFR Part 21.
15. Export Control Requirements: No
16. UID: UID requirements will apply.
17. Qualified Sources: The Boeing Company (CAGE 81205)
18. Set-aside: This acquisition will not be set aside.
19. Surplus: Surplus is not authorized.
20. 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 using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. 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.
21. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Chrissy Turnage at christine.turnage@us.af.mil.