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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 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 a critical component used in various electrical and electronic equipment applications, emphasizing its importance in maintaining communication and operational capabilities. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with a delivery deadline set for 168 days after order placement.
    59--ATTENUATOR,VARIABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of a variable attenuator, identified by NSN 5985014764639. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 2 units. The items are critical for various military applications and must meet specific source-controlled drawing requirements, with approved sources listed in the solicitation. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    59--ATTENUATOR,FIXED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of a fixed attenuator, identified by NSN 5985015720247. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated five orders per year and a guaranteed minimum of three units. The attenuator is crucial for electrical and electronic equipment components, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil.
    59--ATTENUATOR,VARIABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of a variable attenuator, identified by NSN 5985011273956. This solicitation is part of a combined synopsis/solicitation and is specifically set aside for Women-Owned Small Businesses (WOSB), highlighting the importance of supporting diverse suppliers in the defense sector. The attenuator is a critical component in electrical and electronic equipment, ensuring optimal performance in various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    ATTENUATOR, VARIABLE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price contract for Variable Attenuators (NSN: 5985-01-537-9249) specifically intended for the M-D6 Patriot Weapon System. The procurement is restricted to General Microwave Corporation, CAGE Code 11332, and includes requirements for a Contractor First Article Test (FAT) with a 30-day testing timeline, followed by government approval within another 30 days, after which production units are expected to be delivered within 90 days. Compliance with various standards, including IUID markings, Arms Export Control regulations, and MIL-STD 129 for packaging, is mandatory, along with adherence to ISO 9001:2015 and SAE AS5553 for counterfeit risk management. Interested offerors must have an active United States/Canada Joint Certification Program (JCP) certification to access the necessary export-controlled technical data, and they can reach out to Shonika McCreless or Mallory Medley via email for further inquiries.
    JTE Drive, Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of three units of Drive, Antenna (NSN: 5985-01-599-1912). This acquisition is critical for national defense and requires adherence to a stringent Required Delivery Schedule (RDS), robust supply chain traceability documentation for ten years, and compliance with military-standard packaging and marking protocols. The selected contractor must also submit a Counterfeit Prevention Plan and ensure compliance with various federal acquisition regulations, including environmental protections and restrictions on certain foreign entities. Interested parties can contact April Blakeley at april.blakeley@us.af.mil for further details, with the procurement being a rated order for national defense purposes.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Radio Frequency Amplifier, NSN 5996014811850. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 8M6A5 725691-802. The amplifiers are critical components used in various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after order placement.
    JTE Mast
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of five units of the JTE Mast (NSN: 5985-01-599-0123 FD). This procurement requires adherence to specific preservation, packaging, and marking standards, including compliance with MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking, ensuring the safe handling and identification of materials throughout shipment and storage. The JTE Mast is critical for military operations, and contractors must submit a Counterfeit Prevention Plan within 30 days of contract award, following SAE AS5553 standards. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and clarification on the solicitation process.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of radio frequency amplifiers. This opportunity involves the supply of five units of amplifiers, with specific requirements for quality assurance, including adherence to ISO 9001 standards and various clauses related to inspection, delivery, and pricing data. The amplifiers are critical components for defense applications, emphasizing the importance of reliability and compliance with safety standards. Interested vendors can reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further details, with proposals expected to be submitted electronically as outlined in the solicitation.
    59--ANTENNA
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 75 antennas, identified by NSN 5985016750082. The solicitation is a Request for Quotation (RFQ) and is aimed at acquiring these antennas, which are critical components in radio and television broadcasting and wireless communications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 91 days after the award date. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.