Search Contract Opportunities

SPE4A125R0009 Priced BOA LTC E-3A & KC-135   2

ID: SPE4A125R0009 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Title: Various NSNs; Boeing (Cage 0PXV4), Various, P/N: Various

This solicitation will contain 276 National Stock Numbers (NSNs) for the E-3 & E-3A Aircraft Platforms and 675 National Stock Numbers (NSNs) for the KC-135 Aircraft Platform. This solicitation will be solicited for award of a firm fixed price contract for the listed NSNs. The approved source is DBA Boeing for Various Cages. The NSNs will have variable quantities for a three year period with no option years. The FOB: Origin; Inspection/Acceptance: Varies. Specifications, plans, or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The solicitation issue date is on or about 30 July 2025. The anticipated award date is on or around 30 September 2025.

Sources Sought was completed in SAM.GOV under: Sources Sought: LTC NIINs for Boeing Priced BOA/RDR (951 NIINs)

NSN's: See attached NSN List

Conditions for evaluation and acceptance of offers for part numbered items cited in the Acquisition Item Description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c) (2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. To receive an award, regardless of dollar value, you must be registered in system for award management (SAM). SAM registration is at https://www.sam.gov.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty 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 with 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.

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 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 (dlaavnsmallbus@dla.mil). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.

Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.

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.

Please contact the Acquisition Specialist for a copy of the solicitation.

Background
This solicitation is issued by the government for the procurement of various National Stock Numbers (NSNs) related to the E-3 & E-3A Aircraft Platforms and KC-135 Aircraft Platform. The goal is to award a firm fixed price contract for a total of 951 NSNs, with Boeing (Cage 0PXV4) identified as the approved source. The contract aims to support the operational readiness of these aircraft platforms.

Work Details
The solicitation includes 276 NSNs for the E-3 & E-3A Aircraft Platforms and 675 NSNs for the KC-135 Aircraft Platform. The quantities for these items will vary over a three-year period without option years. Specific items include:
- NIIN: 003270745, Part Number: 9-62570-2
- NIIN: 006702428, Part Number: 65-10048-4
- NIIN: 013520341, Part Number: 6-72725-2001
... (and many more as detailed in the attached NSN list).

The FOB is at origin, and inspection/acceptance criteria vary. Specifications or drawings related to these procurements are not available from the government.

Period of Performance
The contract will be effective for a three-year period with no option years.

Place of Performance
The products will be delivered to designated locations as specified in the contract.

Overview

Response Deadline
Aug. 4, 2025, 5:00 p.m. EDT Past Due
Posted
July 21, 2025, 7:46 a.m. EDT
Set Aside
None
NAICS
None
Place of Performance
Richmond, VA 23237 United States
Source

Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
52%
Vehicle Type
Basic Ordering Agreement
On 7/21/25 DLA Aviation issued Presolicitation SPE4A125R0009 for SPE4A125R0009 Priced BOA LTC E-3A & KC-135 due 8/4/25. The opportunity was issued full & open and PSC 1560.
Primary Contact
Name
Jennifer Blamy   Profile
Phone
(804) 489-6851

Secondary Contact

Name
Cynthia Thomas 8042795820   Profile
Phone
(804) 279-5820

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer John Doe john.doe@example.com (123) 456-7890

Documents

Posted documents for Presolicitation SPE4A125R0009

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE4A125R0009

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE4A125R0009

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE4A125R0009

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE4A125R0009

Experts for SPE4A125R0009 Priced BOA LTC E-3A & KC-135

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AV RICHMOND > DLA AVIATION
FPDS Organization Code
97AS-SPE4A1
Source Organization Code
500044425
Last Updated
Aug. 19, 2025
Last Updated By
jennifer.blamy@dla.mil
Archive Date
Aug. 19, 2025