UMTE Control, Interface
ID: SPRHA5-25-Q-0415Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OGDEN, UTHILL AIR FORCE BASE, UT, 84056-5820, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of a CONTROL INTERFACE unit, identified by National Stock Number (NSN) 5895-01-512-1931. Contractors are required to submit quotations that include a proposed delivery schedule and adherence to a specified Required Delivery Schedule (RDS), with a focus on improving on-time delivery and compliance with strict inspection and acceptance criteria. This procurement is critical for ensuring the availability of essential communication equipment within defense operations, emphasizing quality assurance and supply chain traceability. Interested contractors must submit their quotations by March 17, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the DD Form 1423-1, known as the Contract Data Requirements List, which serves to capture critical data items required from contractors under a Department of Defense (DoD) contract. This form facilitates the management of data submissions, specifying details such as contractor name, required data items, submission timelines, and the frequency of submissions. Specifically, the document pertains to a Counterfeit Prevention Plan (CPP) that contractors must deliver within 30 days post-contract award. It mandates the inclusion of all items specified in Section 3 of SAE AS5553. The document emphasizes electronic submissions and the need for Government comments to be addressed swiftly. A distribution statement limits access to the document, with specific instructions for securing sensitive information and subsequent destruction. The form emphasizes regulatory compliance and supports the efficient oversight of data management in federal contracts, critical for ensuring contractual adherence while mitigating risks such as counterfeit materials. Overall, the document exemplifies the structured approach that the DoD employs to ensure quality assurance and compliance throughout contract execution processes.
    The document outlines the Contract Data Requirements List (CDRL) as specified in the DD Form 1423-1, which is utilized by the Department of Defense (DoD) to collect necessary data from contractors. It serves to facilitate the delivery of specific data items related to federal contracts, particularly focusing on the First Article Qualification Test Plan and associated procedures. Key sections include the identification of the contract line item, associated categories such as Technical Data Package (TDP) and Technical Manual (TM), and requirements for data submission and distribution. The form mandates the contractor to provide data 30 days prior to the first article test, alongside a resubmission requirement if comments are received from the government. Importantly, the document specifies Controlled Unclassified Information (CUI) guidelines, detailing how to appropriately mark and handle sensitive information. It outlines the categories of data items—essential for fulfilling the contract requirements—and pricing groups associated with data preparation costs. Overall, the CDRL serves to standardize data submission requirements, enhance communication between contractors and the government, and ensure compliance with regulatory standards, thereby fostering effective contract management in governmental operations.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) integral to managing the documentation needed for Department of Defense contracts. It outlines the essential data items required from contractors, including specifications for the submission of a First Article Test Report. Key components of the form include contract reference information, requiring offices, and submission details, such as the frequency and deadlines for the initial and subsequent reports. The form mandates contracts to be marked with a distribution statement and provides guidance on managing Controlled Unclassified Information (CUI). Specific instructions detail how to complete each section and categorize data items, along with pricing groups based on the nature of the data's necessity. Overall, this document emphasizes compliance with federal requirements for documenting and managing contractor data submissions, ensuring clarity and accountability in the contractual process.
    The document outlines engineering instructions for the manufacture of a specific component identified by part number 9805-7210-1, corresponding to the National Stock Number 5895015121931. Prepared by Andrew Webb of the 415 SCMS, it emphasizes that military specifications will not be provided. Contractors must understand and certify compliance with the required drawings, specifications, and standards, with any deviations subject to prior approval from the cognizant engineering activity. Unique identification (UID) must be applied as per MIL-STD-130, with specific requirements for labeling. This document serves as a critical guideline for contractors involved in the production of military equipment to ensure quality compliance and traceability, reflecting the federal government's stringent standards in procurement processes. Overall, the emphasis on strict adherence to specifications highlights the importance of quality assurance in government contract fulfillment.
    The Statement of Work outlines the comprehensive packaging, marking, and preservation requirements for military materials as mandated by various Department of Defense (DoD) standards. Key protocols include adherence to MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking, with specific guidance on packaging hazardous materials per international regulations. The document emphasizes the necessity for proper labeling, including the completion of DD Forms to denote the condition of materials. Additionally, it mandates compliance with international phytosanitary requirements, especially concerning wood packaging, alongside handling electrostatic materials according to relevant ANSI guidelines. The importance of maintaining reusable containers and proper discrepancy reporting through the Web Supply Discrepancy Report (WebSDR) system is also highlighted. Overall, this document serves to ensure that all packaging practices meet stringent military and safety standards, facilitating the effective shipment and storage of defense materials while ensuring regulatory compliance.
    The document is a Request for Quotation (RFQ), designated as SPRHA5-25-Q-0415, issued by DLA Aviation for procurement purposes. The RFQ solicits quotations for a specific defense-related item, focusing on improving on-time delivery (OTD). Interested contractors are required to submit their quotations by March 17, 2025, outlining their proposed delivery schedule and adherence to a specified Required Delivery Schedule (RDS). The key focus is on a CONTROL INTERFACE unit (NSN: 5895-01-512-1931) with defined specifications, including First Article Test requirements. The document mandates compliance with strict inspection and acceptance criteria at the destination, and emphasizes the importance of documenting supply chain traceability and quality assurance. Moreover, the RFQ outlines packaging, marking, and transportation regulations per military standards alongside various clauses applicable to contract governance. A prohibition on contracting with certain foreign firms and specifications for U.S. sourcing are defined, reinforcing the document’s purpose to ensure defense procurement aligns with national regulations and supplier eligibility. Overall, the RFQ embodies the structured approach of government contracting aimed at ensuring quality, timeliness, and adherence to legal requirements in defense supply chains.
    Lifecycle
    Title
    Type
    UMTE Control, Interface
    Currently viewing
    Solicitation
    Similar Opportunities
    F-16 Interface Unit, Fire
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 24 units of the F-16 Interface Unit, Fire, identified by NSN: 1290015928404. Contractors are required to adhere to stringent packaging, marking, and delivery standards, including compliance with military and commercial packaging regulations, to ensure the safe transport of these critical components. The goods are essential for maintaining operational readiness and effectiveness of military systems. Proposals are due by February 25, 2025, and interested parties should contact Dennis Bouy at dennis.bouy@us.af.mil for further information.
    70--INTERFACE UNIT,DATA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 23 units of a flight-critical interface unit, identified by NSN 7R-7025-016241529-KB. The procurement is subject to strict source approval requirements, as the item must be acquired from approved sources due to the lack of available technical data for alternative suppliers. Interested vendors must submit their proposals along with necessary documentation for source approval within 45 days of this presolicitation notice, with the primary contact for inquiries being Chad M. Fichter at (215) 697-2782 or via email at CHAD.FICHTER@NAVY.MIL.
    2835-01-056-8593 (25-Q-0269)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the supply of 22 units of Air Housing Assembly components, specifically identified by NSN 2835-01-056-8593 and P/N 160008-200, for use in F-16 aircraft. This procurement emphasizes the importance of On-Time Delivery (OTD) and requires compliance with stringent inspection and acceptance standards, including adherence to military packaging and marking requirements as outlined in the associated documentation. The selected suppliers must ensure supply chain traceability and are encouraged to provide early and partial deliveries without incurring additional costs. Interested parties must submit their quotations by February 24, 2025, and can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further information.
    PANEL,POWER DISTRIB
    Buyer not available
    The Defense Logistics Agency Aviation is soliciting quotations for the procurement of two power distribution panels, identified by National Stock Number (NSN) 6110-01-591-3036, for use in military applications, specifically the F-16 aircraft. Suppliers are required to provide detailed quotations by February 27, 2025, and must adhere to military packaging, marking standards, and compliance with government inspection processes. The procurement emphasizes the importance of on-time delivery and supply chain traceability, with an estimated qualification testing cost of $8,500. Interested parties can contact Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306 for further information.
    NSN 2915014071507NZ_ Fuel Control, Main, t_F100_PN: 4089355_FD20302500169
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 30 units of a critical fuel control component (NSN: 2915-01-407-1507NZ), exclusively sourced from Honeywell International Inc. This procurement emphasizes the need for new manufacture only, with a delivery schedule that requires monthly installments from August 2025 through December 2027, adhering to stringent quality assurance standards due to its classification as a Critical Safety Item. Interested parties must submit pricing and delivery information by February 28, 2025, in accordance with the terms of their Blanket Ordering Agreement (BOA), and inquiries can be directed to Alex Varughese at alex.varughese.1@us.af.mil.
    NSN:6610-00-535-7722 PN:68-870033-101
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a specific flight instrument, identified by NSN: 6610-00-535-7722 and PN: 68-870033-101. The procurement requires new manufactured materials only, with strict adherence to federal regulations, including the Buy American Act and import restrictions, ensuring quality and accountability in defense-related supplies. This opportunity is critical for maintaining operational readiness within military logistics, emphasizing the importance of compliance with packaging and transportation standards to prevent environmental impacts. Interested vendors must submit their quotations by February 24, 2025, and can direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or by phone at 405-734-8120.
    59--CONTROL DISP UNIT,A, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure control display units under a presolicitation notice. The requirement includes eight units identified by NSN 7R-5999-015063249-LC, with delivery terms set to FOB origin. These components are critical for various military applications, emphasizing the importance of reliable electrical and electronic components in defense operations. Interested vendors are encouraged to express their interest and capabilities within 45 days of this notice, and should contact Kelly M. Lynch at (215) 697-3566 or via email at KELLY.LYNCH2@NAVY.MIL for further details.
    Fuel Control, Main, T.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation at Oklahoma City, is seeking proposals for the acquisition of 11 units of a Main Fuel Control, identified by National Stock Number (NSN) 2915-01-309-7887NZ and Part Number (P/N) 4070461. This procurement is critical for ensuring the safety and operational efficiency of aircraft, with a strong emphasis on adherence to specifications and first article testing requirements. The estimated issue date for the Request for Proposal (RFP) is December 24, 2024, with a closing date of January 27, 2024, and delivery is required by June 9, 2026. Interested parties should contact David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    58--CONTROL,INTERROGATO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of a specific control and interrogation component, identified by NSN 7E-5895-015935824. The procurement is for repair or modification services, and the government has determined that it is uneconomical to purchase the data or rights necessary to contract this part from other sources, thus limiting the solicitation to a single source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals due within 45 days of the notice publication. For further inquiries, potential vendors can contact Prabit Dhital at (717) 605-4358 or via email at PRABIT.DHITAL.CIV@US.NAVY.MIL.
    NSN2915-01-582-2567_FuelControl_F110_PN1534M52P21_FD203-25-00923
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for the new manufacture of parts related to NSN 2915-01-582-2567, specifically the Main Fuel Control (Part Number 1534M52P21). This Sources Sought Notice (FD2030-25-00923) aims to identify suppliers capable of providing the necessary labor, materials, and logistics support for these components, with an emphasis on encouraging participation from small and disadvantaged businesses. The initiative is part of a market research effort to ensure a competitive acquisition strategy and compliance with FAR regulations, with no solicitation currently open. Interested vendors should register by contacting the primary contact at 421SCMS.Requirements@us.af.mil or the secondary contact at 421SCMS.Requirements.workflow@us.af.mil for further information.