Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOURCES SOUGHT

16 -- Moog Military Aircraft Multiple NSN Long Term Contract

Notice Date
1/27/2026 7:58:02 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4AX26R0009
 
Response Due
2/10/2026 2:00:00 PM
 
Archive Date
02/25/2026
 
Point of Contact
Valerie Skeen, Phone: 4457375047
 
E-Mail Address
valerie.skeen@dla.mil
(valerie.skeen@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SPE4AX-26-R-0009 Moog Military Aircraft Multiple NSN Long-Term Contract Support This Request for Information (RFI) / Sources Sought Notice is issued as a means of conducting market research to determine if other companies besides Moog Military Aircraft (MMA) are capable of manufacturing (or legitimately obtain) the items listed in the attached workbook which will be supported by a strategic long-term contract. The Defense Logistics Agency (DLA) Weapons Support Richmond, VA intends to issue a solicitation for consumable and Depot Level Reparable (DLR) spare part support for sole source items assigned to Moog Military Aircraft Elma, NY facility CAGE 9P5N5 and Torrance, CA facility CAGE 0ZWK8. This acquisition intends to renew the Moog Joint Opportunity Contract SPE4AX-17-D-9415 that expires on August 24, 2027. MMA is currently the sole source manufacturer for the parts scheduled for solicitation and the acquisition will be conducted using other than full and open competition procedures in accordance with10 U.S.C 2304 (c)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The government procures these items on a part number basis and does not possess any technical data. The solicitation will be for a ten-year requirements type long-term contract. There will be one five-year base period and one five-year option period. Pricing terms will be firm fixed price with a price redetermination conducted concurrently when exercising the option period. Once items are added, they will remain on contract with MMA until the final expiration of the contract unless they become competitive items. The eventual contract is intended to be awarded as non-commercial using FAR Part 15 procedures. The items support various weapon systems but primarily the F-15 aircraft. Shipments will be made on a DLA direct basis. The estimated solicitation issue date for the Request for Proposal is May 1, 2026. Businesses who consider themselves qualified to manufacture the items attached to this sources sought are invited to submit a response no later than February 10, 2026. If your company desires to be reviewed and qualified as an approved source for any of the items, submit an application package through the Source Approval Request (SAR) program. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the required item. The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA is procuring. For guidance on completing a SAR package, please submit a request to the Contracting Officer to provide the Source Approval Handbook. Other interested parties may identify their interest and capability to respond to the requirement before the above deadline. Respondents shall provide the following company information: Company Name / Address Contractor and Government Entity (CAGE) Code Data Universal Numbering System (DUNS) Number Point of Contact Phone Number Email Address Web Page URL (if applicable) Size of Business relative to North American Industry Classification System (NAICS) Code (Small Business Size Standard employees or less), and the socioeconomic category of your company, if applicable United States (U.S.) or Foreign Owned Entity Please indicate whether your interest is as a prime contractor or as a subcontractor Respondents must address Their capability to satisfy the objectives listed above and indicate what prior experience they have for manufacturing or providing the parts listed in the attached. The date by which they will submit a Source Approval Request (SAR) for approval as an alternate source. Willingness to receive a ten-year long-term contract with fixed pricing periods. All responses received by the response date 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. This sources sought is for informational purposes only. This is not a Request for Proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e202f34a0b754366a482159739b8e4a7/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07698382-F 20260129/260127230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.