SOLICITATION NOTICE
28 -- Multiple NSNs added to Contract SPE4AX-24-D-9000 with OEM Pratt & Whitney
- Notice Date
- 9/11/2025 8:25:52 AM
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- TF33ADD3SYNOPSIS
- Response Due
- 9/26/2025 2:00:00 PM
- Archive Date
- 10/11/2025
- Point of Contact
- Cynthia Thomas, Phone: 14457370054, Jennifer Snyder, Phone: 8046885188
- E-Mail Address
-
cynthia.thomas@dla.mil, jennifer.snyder@dla.mil
(cynthia.thomas@dla.mil, jennifer.snyder@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- DLA Aviation intends to add two hundred and thirty-seven NSNs to the existing long-term strategic sole source contract SPE4AX24D9000, which is a subsumable contract to Pratt & Whitney Captains of Industry Supplier Capabilities 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. However, the NSNs identified here were not included in the list of original items synopsized for this effort. The contract currently has five 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. A paper copy of the solicitation will not be available to requestors. The solicitation issue date is on or about September 29, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a22034f34b044205852d8d8513723610/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN07587480-F 20250913/250911230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |