7025‐01‐706‐9847 (25‐R‐0060)
ID: SPRHA225R0060Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of seven Core Memory Units, identified by NSN 7025-01-706-9847 and part number A01044000-03, for use in the MMIII weapon system. This solicitation, numbered SPRHA2-25-R-0060, emphasizes the need for timely delivery and compliance with stringent quality assurance and packaging standards, as outlined in the associated documents. The procurement is critical for maintaining operational readiness and ensuring the reliability of military systems. Interested vendors must submit their proposals by the extended deadline of August 1, 2025, and can direct inquiries to Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-591-3547.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document pertains to a federal Request for Proposals (RFP) and grants, focusing on funding opportunities across various levels for community development projects. It underscores the government's objective to foster economic growth by providing financial support to local governments and organizations capable of implementing effective programs. Key elements include eligibility criteria for applicants, types of fundable projects like infrastructure improvements, social services, and educational initiatives, as well as the importance of adhering to guidelines that ensure transparency and accountability. The document outlines the application process, evaluation metrics, and projected timelines, conveying a structured approach to fund distribution. It emphasizes collaboration among stakeholders to maximize impact and sustainability of funded initiatives. Ultimately, the document reflects the government's commitment to empowering local entities through structured financial support aimed at addressing community needs and promoting long-term development.
    This Statement of Work outlines preservation, packaging, and marking requirements for military items, adhering to various Department of Defense (DoD) standards, including MIL-STD 2073-1 and MIL-STD 129. It mandates the use of specific codes for military packaging documentation and requires special instructions for hazardous and classified materials. The contractor is responsible for ensuring compliance with International Standards for Phytosanitary Measures (ISPM 15) when using wood materials and must follow stringent guidelines for electrostatic sensitive devices as per MIL-HDBK-773. Packaging for hazardous materials must align with international safety regulations like ICAO and CFR Title 49, necessitating certification and proper labeling. A system (SPIRES) is available for contractors to access packaging instructions, and the contractor must manage reusable containers effectively. They are also required to report any discrepancies in packaging through designated channels. The document serves to standardize packaging practices across military operations, ensuring safe and compliant handling, shipment, and storage of various military assets, while prioritizing environmental and safety standards.
    The document serves as the Performance Work Statement (PWS) for the procurement of the Journal Memory Loader (JML), Part Number A01044000-03, by the United States Air Force (USAF). It details the scope of work, which includes design, production, and delivery of the JML, highlighting the necessity for a newly manufactured chassis due to modifications of existing assets. The document outlines contractor requirements, including conformity to specified performance standards and quality assurance protocols. It emphasizes the significance of quality control, stating that any defective units must be corrected at no additional cost. The PWS details stringent guidelines for packaging, handling, security, and transportation of the equipment, along with compliance to environmental safety regulations. There are sections addressing specific work requirements, such as corrosion control, testing, and electromagnetic interference protocols. The document also includes procedures for reporting discrepancies and establishes the contractor's obligations regarding safety and health compliance. Overall, the PWS ensures that all deliverables meet the stringent standards set by the Department of Defense, reiterating the controlled nature of the technical information due to export restrictions.
    The document outlines the amendment and modification of solicitation SPRHA2-25-R-0060-0001, issued by DLA Aviation at Hill Air Force Base. The amendment, effective July 23, 2025, includes extensions to the solicitation closing date, now set for August 1, 2025, and specifies additional approved parts and manufacturers, notably for Northrop Grumman Systems Corporation and Rugged Information Technology Equipment. The acquisition is limited to qualified sources and emphasizes on-time delivery improvements through established Required Delivery Schedules (RDS). The document details contractual obligations including inspection and acceptance at destination, quality assurance, and specific requirements for supply chain traceability, focusing on the necessary documentation required from contractors. Packaging and marking standards as per MIL-STD guidelines are specified, along with guidelines for shipping and transportation. The section on Contractor Retention of Documentation outlines requirements for maintaining and providing supply chain traceability records for ten years. Overall, the document serves as a formal amendment to existing contract terms, highlighting critical delivery and compliance requirements to ensure standards are met throughout the procurement process.
    The document is a solicitation for the acquisition of supplies or services related to electrical equipment manufacturing, identified by solicitation number SPRHA2-25-R-0060. Issued by the DLA Aviation - Ogden, the solicitation details the delivery schedule requirements aimed at improving on-time delivery performance in line with the Defense Logistics Agency’s initiatives. It is open to both large and small businesses, including veterans and women-owned enterprises, with specific requirements for delivery timelines and data accountability, such as counterfeit prevention and quality assurance plans. The structure includes sections on items to be procured, pricing, delivery requirements, and contract clauses regarding first article approval, packaging, and marking standards, as well as payment instructions. Critical supply chain traceability documentation is mandated, requiring contractors to retain documentation to ensure compliance with quality standards. The contracting officer is empowered to negotiate delivery schedules based on historical data and other relevant factors. Overall, this solicitation encapsulates the government's emphasis on improving procurement efficiency and supplier accountability while ensuring compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    JTE Computer System, Dig
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the acquisition of five units of the "JTE Computer System, Dig" (NSN: 7010-01-705-5751). This procurement includes specific requirements such as a Counterfeit Prevention Plan and adherence to military standards for packaging and marking, including MIL-STD-129 and MIL-STD-2073-1E. The goods are critical for ensuring reliable and secure computing capabilities within defense operations. Interested vendors, specifically Northrop Grumman, must submit their offers by January 5, 2026, at 11:59 PM, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.
    59--CPU,MICRONET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5998015640582, specifically a CPU, Micronet, under a Total Small Business Set-Aside. The requirement includes a quantity of three units to be delivered to DLA Distribution within 101 days after order placement, with approved sources listed for reference. This procurement is crucial for maintaining operational capabilities in electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Computer, Present Po
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a "Computer, Present Po" (NSN: 6610-01-653-7583, Part Number: CB23710-001). This procurement aims to acquire 4 units of the specified computer, which is critical for regulating the feel force at the pilots' elevator control columns on the KC-46 aircraft, with a delivery deadline set for November 8, 2026. Interested vendors must comply with FAA certification requirements and IUID marking, and the solicitation is open for bids until January 16, 2026, at 4:00 PM. For further inquiries, potential bidders can contact Chrissy Turnage at christine.turnage@us.af.mil.
    Control Module
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    DISK AND HUB,COMPRE/ NSN: 2835011781065YQ/ PN: 3501852-3
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the procurement of 12 units of "DISK AND HUB, COMPRE" (P/N 3501852-3, NSN 2835011781065YQ) under a firm fixed-price contract. The solicitation outlines specific requirements including compliance with the Buy American Act, IUID, and quality assurance standards such as AS9100 and ISO 9001:2008, with delivery expected by April 15, 2026. These components are critical for military applications, emphasizing the importance of stringent packaging and transportation standards as per MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit their quotes by December 26, 2025, at 4:00 PM CST to Jessie Payne at Jessie.payne@us.af.mil.
    AEWS Electronic Component
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the procurement of 10 electronic components, specifically Bare Printed Circuit Boards (NSN: 5998-01-176-5358). The solicitation requires qualified sources to provide these components, which are critical for Foreign Military Sales (FMS) customers, and includes stipulations for First Article approval and production articles, along with detailed packaging and marking requirements per military standards. Interested parties must submit their offers by the extended deadline of February 27, 2026, at 11:59 PM, and should direct inquiries to Travis Bodily at travis.bodily@us.af.mil.
    Ballscrew
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of a Ballscrew Assembly, identified by National Stock Number (NSN) 1620–01–263–6733. The contract requires the delivery of seven units, with specific part numbers (P/N: 8430M4, P/N: BA22750) and adherence to a Required Delivery Schedule (RDS) that aims for completion by November 19, 2027. This assembly is critical for the C-130 aircraft, underscoring its importance in maintaining operational readiness for military missions. Interested vendors must submit their quotations by January 15, 2026, and can direct inquiries to Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil.