NAICS 336412 radar: DLA engine spares and NASA aircraft engine variance work (Feb 2026)
Related opportunities
Executive takeaway
This NAICS 336412 slice is dominated by DLA Aviation spares (PSC 2840) and one NASA Armstrong services item (PSC J016). Expect OEM/qualified-source gravity on the engine components, plus compliance details that can make or break responsiveness (FAA certification language, IUID, and data-rights constraints). If you’re not already positioned with the qualified source or the needed approvals, the best play may be to pursue subcontracting or distributor roles rather than prime.
What the buyer is trying to do
DLA Aviation (Oklahoma City) is sourcing aircraft engine-related spares, including a KC-46 accessory gearbox and other turbine/engine components. The “Gearbox, Accessory, D” notice explicitly highlights that the Government does not own the technical data needed to manufacture the item and calls out FAA certification procedures (14 CFR Part 21) and IUID applicability.
NASA Armstrong Flight Research Center is seeking technical variance services to support analysis enabling continued operation of engines installed on a GIII aircraft (NASA 808 / N808NA). The posting notes a fixed-price action with restricted competition, and a separate JOFOC posting indicates justification documentation is provided as an attachment.
What work is implied (bullets)
- Supply of aircraft engine spares (PSC 2840) in specified quantities and delivery schedules (e.g., “Gearbox, Accessory, D” line item quantity of 5 each; required delivery on or before 01 OCT 2026).
- Compliance with FAA certification procedures where stated (e.g., the gearbox item references 14 CFR Part 21).
- Item Unique Identification (IUID) marking/management where stated (gearbox notice says IUID requirements will apply).
- Working within qualified-source constraints where identified (e.g., gearbox notice lists Triumph Engine Control Systems LLC as a qualified source; the F110 case & vane notice states General Electric is the only known source).
- For NASA’s GIII item: perform technical variance analysis services to support continued engine operations; restricted competition context suggests incumbency or pre-identified capability alignment is important.
- Review and execute any requirements contained only in attachments (e.g., “SEAL, AIR, AIRCRAFT G” states “See attached solicitation document.”; NASA JOFOC states the justification is in an attachment).
Who should bid / who should pass (bullets)
- Bid (prime) if:
- You are the qualified source/OEM or an authorized channel partner able to provide the exact NSN/PN items.
- You can support FAA Part 21 certification-related expectations where applicable.
- You have a proven approach to meeting IUID requirements when called out.
- You can deliver to the stated ship-to destination and schedule (e.g., SW3211 and stated due dates in the DLA notices).
- For NASA GIII technical variance: you have direct, credible experience delivering technical variance analysis for aircraft engine continued-operations decisions, and you fit a restricted-competition posture.
- Pass (or pursue as a sub) if:
- You need Government-furnished technical data to manufacture—one DLA notice explicitly states the Government does not own the data/rights needed to manufacture the gearbox item.
- You are not an approved/qualified source and do not have a realistic pathway to meet the source restriction in time (e.g., the F110 case & vane notice states GE is the only known source).
- You cannot comply with the attachment-driven requirements (packaging, quality, marking, traceability) after review.
Response package checklist (bullets; if unknown say 'verify in attachments')
- Completed offer/quote/proposal per the solicitation instructions (verify in attachments where applicable).
- Traceability supporting the exact NSN and PN being offered (e.g., gearbox NSN 2840-01-653-1366, PN N012000000-3; F110 NSN 2840-01-687-3807PR, PN 2215M15G05).
- Evidence of ability to satisfy FAA certification procedures (14 CFR Part 21) where the notice specifies it (gearbox posting).
- IUID compliance approach and any required representations (gearbox posting states IUID applies; verify details in attachments).
- Delivery plan aligned to required delivery dates and ship-to location(s) (e.g., SW3211 noted in DLA postings).
- Any required OEM authorization/qualified-source documentation (where the posting indicates qualified sources or only-known-source intent).
- For NASA GIII technical variance: technical narrative describing the analysis approach and deliverables (verify in attachments/JOFOC package).
- All forms, clauses, and certifications required by the solicitation (verify in attachments).
Pricing & strategy notes (how to research pricing; do not invent pricing numbers)
These postings signal a mix of open competition in form (e.g., “all responsible sources may submit”) with practical constraints (qualified sources and lack of Government-owned data). Your pricing strategy should start with what the Government can realistically evaluate as comparable.
- Use procurement history where provided: the F110 case & vane notice cites prior awards (including prior contract numbers and award dates). Pull those records to understand prior quantities, lead times, and any patterns that influence evaluation.
- Map your cost drivers to compliance: IUID, certification/airworthiness expectations, and traceability can add non-trivial overhead—make sure those costs are visible in your build-up.
- Validate lead times against delivery requirements: for example, the gearbox notice requires delivery on or before 01 OCT 2026; confirm whether that is feasible with your supply chain and include realistic production/inspection timelines.
- Account for data-rights reality: for items where the Government lacks manufacturing data, pricing is typically bounded by OEM/authorized channel economics. If you are not the OEM, your value may be in availability, documentation quality, and schedule reliability.
- For restricted-competition services (NASA GIII TV extension): research prior similar technical variance efforts in your own portfolio and align pricing to the fixed-price nature described, with clear assumptions and boundaries (verify in attachments).
Subcontracting / teaming ideas (bullets)
- For the KC-46 accessory gearbox posting, explore subcontracting or supplier relationships with the listed qualified source (the notice suggests contacting the firm(s) listed for subcontracting opportunities).
- For the F110 case & vane posting that identifies a single known source, consider value-add roles that the source may outsource (e.g., compliant packaging, kitting, logistics support), if permitted by the prime’s approach (verify in solicitation/attachments).
- For NASA’s technical variance extension, if restricted competition limits prime entry, consider partnering with an eligible prime as an analysis support subcontractor (methods support, documentation support, verification activities—scope specifics should be verified in attachments).
Risks & watch-outs (bullets)
- Data rights constraint: the gearbox notice states the Government does not own the data/rights needed to manufacture the item—non-OEM manufacturing bids may be nonviable without rights.
- FAA certification procedures: the gearbox item is subject to FAA certification procedures per 14 CFR Part 21; ensure your compliance story is concrete and document-backed.
- IUID applicability: IUID requirements will apply for the gearbox; missing or weak IUID planning can create award and delivery risk.
- Source limitation signals: the F110 case & vane notice indicates intent to solicit/compete with only a limited number of sources and identifies only one known source; treat this as a high barrier unless you can credibly change the Government’s sourcing assessment.
- Attachment-dependent requirements: multiple postings point to attachments for critical requirements (e.g., “See attached solicitation document,” JOFOC attachment). Not reviewing them early is a common avoidable loss.
- Dates may differ across synopsis vs platform fields: one posting includes “estimated closing/response date” in the synopsis while a separate response deadline may be shown elsewhere—reconcile before finalizing your internal capture calendar.
Related opportunities
- Gearbox, Accessory, D
- SEAL, AIR, AIRCRAFT G
- NSN2840-01-687-3807PR Case & Vane (F110)
- GIII Technical Variance Extension (NASA Armstrong)
- GIII Technical Variance Extension JOFOC (NASA Armstrong)
- SHROUD SEGMENT, TURB
How to act on this
- Open each posting and immediately download/read the attachments where referenced (especially the SEAL item and NASA JOFOC).
- For each DLA spare, confirm your eligibility: qualified-source status, OEM authorization, and ability to provide the exact NSN/PN with traceability.
- Build a compliance matrix that explicitly covers FAA Part 21 (where stated), IUID (where stated), delivery schedule, and ship-to requirements.
- If you’re not positioned to prime, identify the listed qualified/known source and pursue a supplier/sub role aligned to what you can actually control (schedule, documentation, logistics).
If you want a fast, no-drama go/no-go and a compliant response plan built from the actual attachments, Federal Bid Partners LLC can help you structure the bid, validate eligibility, and avoid preventable responsiveness issues.