Skip to content
Department of Defense

Hydraulic Actuator in support of the RQ-4 Global Hawk program

Solicitation: SPRWA126R0021
Notice ID: ed0e0acff4f84a8f8c678037486d64f5
TypeSources SoughtNAICS 336413PSC2840Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateGAPostedFeb 26, 2026, 12:00 AM UTCDueMar 13, 2026, 09:00 PM UTCCloses in 15 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Mar 13, 2026. Industry: NAICS 336413 • PSC 2840.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRWA126R0021. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$403,660,855
Sector total $21,000,300,080 • Share 1.9%
Live
Median
$97,013
P10–P90
$29,504$915,141
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
+3569%($382,242,775)
Deal sizing
$97,013 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • 31098 United States
State: GA
Contracting office
Robins A F B, GA • 31098-1813 USA

Point of Contact

Name
Jerry Latimer
Email
jerry.latimer@us.af.mil
Phone
Not available
Name
Morri Russell
Email
mori.russell@us.af.mil
Phone
4782221397

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION WARNER ROBINS • DLA AVIATION AT WARNER ROBINS, GA
Contracting Office Address
Robins A F B, GA
31098-1813 USA

More in NAICS 336413

Description

FBO Post Title:  Intent to sole-source purchase of Hydraulic Actuator in support of the RQ-4 Global Hawk program

NSN

P/N

Noun

2840-01-599-5466TM

23090159

Actuator, Hydraulic

SUBJECT:

Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Hydraulic Actuator, NSN 2840-01-599-5466, Part Number 23090159

ITEM DESCRIPTION:

The Rolls-Royce Hydraulic Actuator is a two-part assembly consisting of a control motor and a Linear Variable Differential Transformer (LVDT).  The assembly provides critical positional feedback to the Full Authority Digital Engine Control (FADEC), which interprets the data to command and verify the precise positioning of the engine’s turbine motor.

IMPEDIMENT TO COMPETITION:

The original equipment manufacturer for this item is Rolls-Royce Corporation, cage 63005, which was developed specifically for C-130’s mission and operational requirements. The Government does not own any data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, Rolls-Royce Corporation is the only known source with adequate knowledge of the RQ-4 Global Hawk Hydraulic Actuator’s performance requirements and possession of the required technical data and capabilities needed to produce this item and ensure compatibility of the equipment.

INTEREST

The DLA/AWB Contracting Office intends to award a sole source contract to Rolls-Royce Corporation for the manufacture of the hydraulic actuator in support of the RQ-4 Global Hawk program.  Other interested parties may identify their interest and capability to respond to the requirement no later than 1 April 2026 to Mori Russell mori.russell@us.af.mil and  Jerry Latimer via email (Jerry.Latimer@us.af.mil).  The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

DISCLAIMER

This sources sought synopsis 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 to this technical description is strictly voluntary.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.