Attenuator, Fixed
ID: SPRHA3-25-R-0626Type: Solicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 5:59 AM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of two fixed attenuators, identified by National Stock Number (NSN) 5985-01-053-6204. The procurement requires adherence to the Buy American Act, submission of a First Article Test Plan and Report, and compliance with rigorous quality assurance standards, including military packaging and marking requirements. These attenuators are critical components in radio and television broadcasting and wireless communications, ensuring operational readiness and effectiveness in military applications. Interested contractors should contact Dennis Bouy at dennis.bouy@us.af.mil for further details, with submissions expected to comply with specified timelines and regulations outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) created for contractors engaged with the Department of Defense. Its primary purpose is to specify data item requirements essential for contract compliance, particularly focusing on a Counterfeit Prevention Plan (CPP) in relation to a specific contract identified by number FD20202500626. The CPP must adhere to SAE AS5553 standards and be submitted within 30 days of contract award, with timelines for government feedback and revisions clearly specified. The form includes fields for contract details, data item specifics, submission schedules, distribution requirements, and pricing associated with data item production, organized systematically under various blocks. It also contains directives for both government personnel and contractors to ensure precise completion of the form, emphasizing the need for electronic submissions in specified formats. The document ensures controlled distribution of sensitive information and provides destruction protocols for the materials. This CDRL framework is integral in supporting effective contract management and accountability within federal contracts, underlining its operational significance in government procurement processes.
Apr 10, 2025, 4:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List detailing the requirements for data items related to a specific government contract. It outlines the mandatory information including contract details, data item titles, submission dates, and distribution statements. The form categorizes data items as Technical Data Packages, Technical Manuals, or other relevant categories to ensure compliance with government specifications. A key aspect includes the expectation for contractors to submit a First Article Test Plan 30 days prior to testing and address government feedback within 15 days of receiving comments. The form also includes specific labeling for Controlled Unclassified Information (CUI) to restrict access to authorized personnel only. Furthermore, it differentiates the pricing groups related to data item requirements to facilitate accurate cost estimation for data delivery. This document facilitates compliance with Department of Defense requirements, streamlining communication between contractors and government agencies in managing contract-related data submissions.
Apr 10, 2025, 4:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List essential for documenting data requirements in government contracts, specifically within the Department of Defense. It outlines various sections where contractors provide crucial information about data items, including identification numbers, titles, authorities, submission dates, and distribution statements. Items such as the First Article Test Report are highlighted, with specific timelines for submissions and approvals. The document emphasizes requirements for proper handling of Controlled Unclassified Information (CUI) and mandates safeguards for data integrity and dissemination. Furthermore, it categorizes data into groups based on their necessity for contract performance, accompanied by associated pricing guidance. This form seeks to facilitate efficient management and compliance with federal contracting standards while promoting transparency and accountability in data submission processes.
Apr 10, 2025, 4:06 PM UTC
The Engineering Data List dated December 19, 2024, outlines critical technical information related to a fixed attenuator, identified by NSN 5985010536204ZA, manufactured by Raytheon Company. The document is associated with the 429 SCMS organization/office symbol and compiled by data technician Jerry D. Hill. It specifies the Engineering Drawing Number (98747), relevant forms, and instructions required for compliance and further distribution of data, particularly regarding foreign disclosure restrictions. This file emphasizes that release of the data is contingent on approval from the Foreign Disclosure Office, highlighting national security considerations. Additionally, it includes a legend that clarifies various furnishing codes, denoting the classification and availability of documents related to this project. The document serves as a reference tool within the context of federal government RFPs, contributing to clear communication and compliance in procurement and project execution related to military equipment and systems. Overall, it aims to facilitate informed decision-making and adherence to protocols in handling sensitive engineering data.
Apr 10, 2025, 4:06 PM UTC
The document outlines engineering data requirements for the manufacture of a fixed attenuator, identified by part number 953426-2 and national stock number 5985-01-053-6204ZA. Key instructions emphasize that military specifications and standards will not be provided with the bid set. Substitutions of materials require prior approval, and deviations from control drawings are unauthorized without consent from the cognizant engineering activity. The contractor must certify compliance with all stated drawings, specifications, and standards before contract award, ensuring they thoroughly understand the requirements for manufacturing the item. Unique identification labeling must adhere to specific military standards, with detailed data specifications for label dimensions and content. The purpose of this document is to establish explicit guidelines and ensure compliance for contracts and manufacturing processes within government procurement contexts, aligned with federal RFPs and grant frameworks.
Apr 10, 2025, 4:06 PM UTC
The Statement of Work outlines the preservation, packaging, and marking requirements for military and hazardous materials under a federal contract. It specifies adherence to various standards, including DoD Military Standards and ASTM guidelines, ensuring that military packaging is properly documented and coded. Key components include the use of MIL-STD 2073-1 for packaging practices, compliance with hazardous material regulations, and the necessity for proper labeling according to military marking standards. It mandates the use of Special Packaging Instructions when applicable and lays out protocols for reporting discrepancies and handling reusable containers. The document emphasizes the importance of following safety standards and international regulations regarding the transportation of hazardous materials. This comprehensive approach is designed to ensure the secure, compliant, and effective packaging and shipment of materials, reflecting the Department of Defense's commitment to operational readiness and safety in logistics processes.
Apr 10, 2025, 4:06 PM UTC
This document outlines Solicitation number SPRHA3-25-R-0626 issued by DLA Aviation for supplies/services related to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government is seeking offers for a fixed quantity of items, including the First Article Test Plan, First Article Test Report, and production articles with specific delivery timelines. Key requirements include adherence to the Buy American Act, supply chain traceability documentation, and compliance with rigorous quality assurance standards. The need for timely delivery is emphasized through guidelines addressing on-time delivery improvement, while procurement is set for U.S. contractors only, with particular considerations for small businesses and veteran-owned organizations. The contract stipulates detailed inspection, acceptance protocols, packaging/marking requirements according to military standards, and mandatory electronic invoicing through the Wide Area Workflow (WAWF) system. The provisions ensure accountability, sustainability practices, and compliance with federal regulations, signifying the government's commitment to efficient procurement processes while fostering local business engagement.
Lifecycle
Title
Type
Attenuator, Fixed
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
59--ATTENUATOR ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of the Attenuator Assembly, identified by NSN 5985012234236. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this assembly is 54786 100889-1. The Attenuator Assembly is crucial for various electrical and electronic equipment applications, ensuring optimal performance and reliability. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
FD2020-21-01120
Buyer not available
Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring a 5985010746450NB ATTENUATOR, FIXED 56 IMAGES. This item is typically used for attenuating or reducing the power of a signal without distorting its waveform.
UMTE Exciter, Radio Frequ
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, Utah, is soliciting bids for the procurement of three units of the UMTE Exciter, Radio Frequency, identified by National Stock Number (NSN) 5840-01-625-6969. This solicitation aims to acquire radar equipment, which plays a critical role in search, detection, navigation, and guidance systems essential for military operations. Interested contractors must adhere to stringent compliance requirements outlined in various documents, including the Contract Data Requirements List (CDRL) and engineering instructions, ensuring quality control and regulatory adherence throughout the manufacturing process. For further inquiries, potential bidders can contact Dennis Bouy at dennis.bouy@us.af.mil, with proposals expected to align with the specified timelines and quality standards.
Amplifier
Buyer not available
The Defense Logistics Agency (DLA) Aviation is seeking qualified suppliers for the procurement of 14 amplifiers, specifically the NSN 5996-01-433-3730, intended for use in the AN/FPQ-16 PARCS Radar system. This acquisition is restricted to qualified sources, including Pacific Electronic Enterprises, Elbit America, and Decryptor, Inc., with interested contractors required to submit a qualification package to become eligible. The procurement emphasizes compliance with military standards and includes specific requirements for First Article Testing and a Counterfeit Prevention Plan to ensure product reliability and integrity. Interested parties must submit their offers by April 30, 2025, and can contact Scottina Malia at scottina.malia@us.af.mil for further information.
AMPLIFIER,RADIO FRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of radio frequency amplifiers. This contract requires compliance with various quality and inspection standards, including fixed-price supply inspections and adherence to the Buy American Act, among other regulations. The amplifiers are critical components for defense applications, ensuring reliable communication and operational effectiveness. Interested vendors can reach out to Brian Blanco at 215-737-6795 or via email at BRIAN.BLANCO@DLA.MIL for further details, as this solicitation is issued under Emergency Acquisition Flexibilities, with no drawings available for reference.
UMTE - Transmitter
Buyer not available
The Defense Logistics Agency, specifically DLA Aviation at Ogden, UT, is seeking proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. This solicitation emphasizes the importance of compliance with military packaging and marking standards, as outlined in the accompanying documentation, which includes requirements for preservation, packaging, and shipping of military and hazardous materials. The successful contractor will be responsible for adhering to strict guidelines, including the submission of a Counterfeit Prevention Plan and a First Article Test Plan, ensuring the integrity and traceability of the supplied equipment. Proposals must be submitted by May 30, 2025, with inquiries directed to Travis Bodily at travis.bodily@us.af.mil.
COUPLER,ANTENNA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of two couplers for antennas. The contract requires compliance with various quality and regulatory standards, including the Buy American Act and provisions for equal opportunity for workers with disabilities. These couplers are critical components in radio and television broadcasting and wireless communications, underscoring their importance in defense operations. Interested vendors should reach out to John McCarry at 215-737-3416 or via email at JOHN.MCCARRY@DLA.MIL for further details and to ensure their proposals meet the necessary requirements.
AMPLIFIER ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of amplifier assemblies. The contract requires the delivery of newly manufactured spares, specifically two units, with strict adherence to quality standards, including FAA certification for parts and compliance with various defense acquisition regulations. These amplifiers are critical components for military applications, emphasizing the importance of sourcing from government-approved suppliers to ensure reliability and safety. Interested vendors should submit their proposals electronically to Kaileigh Blaker at KAILEIGH.BLAKER@DLA.MIL, with the understanding that offers from non-approved sources will be deemed technically unacceptable.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Receiver-Transmitter units, specifically NSN 5895017198361. The contract includes multiple line items, each requiring delivery to the 23rd Flight Test Squadron at the USAF supply, with a delivery timeline of 5 days after order (ADO) for each unit. These units are critical for communication and detection systems within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
58--RADAR FREQUENCY ABS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Radar Frequency Absorber, specifically NSN 5841013431894. The requirement includes a quantity of one unit to be delivered to the DLA Distribution Depot in Oklahoma within 171 days after the order is placed. This procurement is crucial for maintaining the operational capabilities of radar systems, which are essential for various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.