This announcement constitutes a Sources Sought Synopsis and Request for Industry Comments (RFIC). DLA Aviation, 409th and 422nd Squadrons, and Enterprise Hill Commodity Council (EHCC) is conducting an RFIC for market research purposes to gather information regarding a potential Performance Based Logistics (PBL) contract to include electronic component DLRs primarily for the KC-135 and F-15. The National Stock Number Items being considered for inclusion on the potential contract are listed below:
6610-01-444-0953
6605-01-450-2718
5895-01-500-7538
5895-01-500-8142
6610-01-501-3601
6130-01-501-5300
6610-01-502-0350
7025-01-525-6110
5841-01-531-3216
6610-01-607-8246
6615-01-612-5266
7025-01-612-7412
5821-01-670-0751
6610-01-699-2053
6610-01-699-2772
6615-01-720-7981
5960-01-236-1169
1270-01-244-6118
1270-01-441-2930
5998-01-471-1320
5895-01-493-7133
5998-01-512-0265
1240-01-516-8737
5975-01-517-1676
5821-01-533-3601
5895-01-534-9024
5821-01-567-5713
6130-01-626-9365
5998-01-626-9738
1270-01-626-9971
5998-01-627-5313
5998-01-627-5316
This list may be modified prior to solicitation.
Initial Market Research indicates that Collins Aerospace is the original equipment manufacturer (OEM) and that the Government does not have complete, unrestricted data packages available.
Intent of RFIC:
• Identify potential sources that are capable, experienced, and qualified in satisfying the requirement.
• Enhance competition by identifying contracting and sub-contracting opportunities.
• Request suggestions from Industry regarding the development of this contract.
Parties willing to exchange this type of information are requested to provide written comments and contact information to the Contracting Officer at nathan.flinders@dla.mil. Any information provided that is considered proprietary to a specific party must be clearly marked and will remain solely within government channels. Please provide responses by 4:00 PM MDT on 8 September 2025.
Please provide the following business information in your response: Company Name, Address, CAGE Code(s), DUNS Number, Point of Contact, Phone(s), Email Address, and webpage URL, if available.
Responses to this Sources Sought should address the following:
1. Describe your experience executing relevant performance-based logistics & supply chain management programs in support of depot and worldwide aviation customers.
2. What do you envision as the risks associated with this effort and how would you mitigate them?
3. Describe your company’s ability and experience in sourcing KC-135, F-15, and encompassing spare parts from Collins and other aviation suppliers.
4. Does your company possess, or have unassisted access to, all necessary technical data to perform under this performance-based supply chain management contract?
5. Are you qualified to manufacture and/or repair any of the components listed in this announcement? If so, by whom are you qualified and for what components?
6. Describe your test facilities, warehousing, transportation, manufacturing, and work force capabilities and capacity and inventory management relating to the scope of this project.
7. Describe your current repair/remanufacture capabilities for the KC-135, F-15, and encompassing parts?
8. How much transition time would your company require to perform on this contract?
9. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?
10. Describe your experience with Government Source Inspection, Hardness Critical Items, and other OSHA standards.
11. Are you currently registered in the System for Award Management and Wide Area Workflow?
12. Does your company have any capacity constraints, and if so, what are your mitigation plans?
13. On Time Delivery (OTD) metrics will be utilized to meet exchange quantities of unserviceable CLIN assets, what is your strategy to meet those metrics if the CLIN quantity is more than your capacity threshold?
Statements:
1. Authority: 10 U.S.C. 2304(C)(1), Justification: Currently the supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements.
2. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It has been determined to be uneconomical to reverse engineer the part.
3. Specifications, plans, or drawings relating to the possible future procurements described are incomplete or not available and cannot be furnished by the Government.
4. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
5. One or more of the items under this acquisition is subject to Free Trade Agreements.
6. Prospective offerors are advised that foreign participation is not permitted at the prime contractor level.
7. All offers shall be in the English language and in U.S. dollars.
Disclaimer:
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFIC OR TO
OTHERWISE PAY FOR THE INFORMATION SOLICITED. The information will be used for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as obligation on the part of the Government to acquire any products or services. Your responses to this RFIC will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this request or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request. The information resulting from this RFIC may be included in one or more acquisition strategies and subsequent RFP's, which may be released via the SAM.gov portal.