UMTE - Transmitter
ID: SPRHA5-25-R-0414Type: Sources Sought
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 6:59 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 3:06 PM UTC
The document, DD FORM 1423-1, outlines the data requirements for a contract, specifically detailing the submission of a Counterfeit Prevention Plan (CPP) by a contractor. It specifies that the CPP must comply with SAE AS5553 and be submitted within 30 days of contract award, with government feedback provided within 14 days. The contractor is required to resubmit the plan within 7 days post-receipt of comments. Additionally, submissions must be electronically formatted (MS Office 2016 or newer or PDF) and directed to designated government contacts. The structure includes sections for contract particulars, data item details, submission frequency, distribution statements, and pricing groups. It categorizes the data submission and its required frequency, examining its importance to both internal contractor processes and compliance with government standards. This document serves an essential role in government procurement by establishing a standardized format for critical data submissions, ensuring accountability and compliance in defense contracts. The distribution is restricted to DoD entities, highlighting the confidentiality of the information involved in the contracting process.
Apr 22, 2025, 3:06 PM UTC
The document pertains to the DD FORM 1423-1, a Contract Data Requirements List used by the Department of Defense (DoD) to manage data submissions required from contractors. This form outlines the essential data items needed to ensure the adequacy and compliance of deliverables within government contracts, particularly for the First Article Qualification Test Plan. It includes sections for contract details such as line item numbers, category types, contractor information, and submission dates. The form emphasizes the importance of controlled unclassified information (CUI) and export controls, directing the contractor on how to submit required documentation electronically and specifying distribution restrictions. Contractors are instructed to deliver their First Article Test Plan 30 days prior to the testing date, with provisions for resubmission based on government feedback. Overall, the DD FORM 1423-1 serves as a structured guideline for data requirements in federal contracts, promoting necessary communication and documentation between the DoD and contractors, while ensuring compliance with government standards and regulations.
Apr 22, 2025, 3:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) for data submissions associated with contracts. It enables the organization of required data items, specifying details such as the title, authority, submission dates, and distribution statements. The document outlines the frequency of data submissions, comments on inspection requirements, and instructions for completing the form, ensuring compliance with federal regulations. Key topics include the categorization of data items (Technical Data Package, Technical Manual, or other types), submission timelines (including a 15-day period for test reports), and information on who is responsible for data preparation and approval. The document stresses the importance of controlled unclassified information (CUI) management and mandates precautionary measures for document destruction. Moreover, it clarifies the pricing groups for estimating costs related to data item preparation. Each pricing group defines the necessary engagements by contractors in fulfilling data requirements, aiding in contract management and enforcement. This structured approach facilitates efficient communication between the contracting agency and the contractor, assuring that all parties comply with established standards and timelines.
Apr 22, 2025, 3:06 PM UTC
This document is an Engineering Data List (EDL) dated March 4, 2025, detailing specifications for the AN/TPT-T1 transmitter subassembly manufactured by Applied Systems Engineering Inc. The EDL identifies the document's revision as 7 and includes critical information such as the CAGE code (3Z966) and the National Stock Number (NSN 5840015081032FD). It provides engineering drawing numbers, documentation status, and remarks regarding classification and disclosure limitations to foreign entities. The data is specifically curated for government contracting processes, with references to various furnished methods codes that govern how the data can be shared or utilized. The importance of the document lies in its role in facilitating the procurement process while ensuring compliance with federal regulations related to proprietary information and foreign disclosures. The structured format aids in quick reference for engineering professionals involved in government contracts.
Jan 22, 2025, 11:09 PM UTC
This document outlines the manufacturing qualification requirements for the Transmitter, Subassembly (NSN: 5840-01-508-1032FD) intended for the AN/TPT-T1 (V) Unmanned Threat Emitter. To become a qualified source, offerors must notify the government of their intent, demonstrate suitable facilities and testing capabilities, and provide comprehensive data packages. Offerors must also comply with Unique Identification (UID) standards and undergo qualification testing, which includes submission of a test plan and a qualification article for government evaluation. The estimated cost for qualification efforts is $19,000, with an expected completion time of 60 days. In addition, the document specifies criteria for qualification waivers, allowing sources that have previously supplied similar items or have relevant certifications to apply for reduced qualification requirements. However, such waivers do not guarantee contract awards, as all offerors must ultimately meet the specified qualifications. This file serves as a federal guideline within procurement processes, emphasizing compliance, thorough evaluation, and maintaining quality in defense-related manufacturing contracting.
Apr 22, 2025, 3:06 PM UTC
The document outlines the preservation, packaging, and marking requirements for military and hazardous materials as per the regulations of the Department of Defense (DoD). It emphasizes adherence to various standards such as MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific instructions for shipping hazardous materials highlight compliance with relevant regulations including CFR Title 49 and ICAO guidelines. Additionally, it addresses the use of reusable containers, reporting discrepancies through the Web Supply Discrepancy Report (WebSDR) system, and accessing specifications via the ASSIST website. The document serves as a comprehensive guide for contractors to ensure safe and compliant packaging and shipping practices, thereby aligning with federal procurement standards. The emphasis on strict adherence to established protocols reflects the broader goals of ensuring safety, fidelity in supply chain processes, and regulatory compliance within military logistics and operations.
Apr 22, 2025, 3:06 PM UTC
This document outlines the amendment of a solicitation issued by DLA Aviation for a contract, identified by ID code SPRHA5-25-R-0414-0001. The effective date of the amendment is April 22, 2025, with a key modification to extend the deadline for proposal submissions from April 28, 2025, to May 30, 2025, at 11:59 PM. The solicitation amendment requires offerors to acknowledge receipt prior to the new submission deadline, detailing how acknowledgment can be provided. The document includes a section for administrative changes but indicates that the terms and conditions of the original solicitation remain unchanged except for specified updates. The buyer for this solicitation is Travis R Bodily, based at Hill Air Force Base, emphasizing the formal procurement structure and communication pathways involved in government contracting. Overall, the amendment serves as a procedural update to accommodate the extended submission timeframe, reflecting standard operating protocols in government requests for proposals (RFPs).
Apr 22, 2025, 3:06 PM UTC
The document outlines the solicitation SPRHA5-25-R-0414, pertaining to an acquisition by the DLA Aviation at Hill Air Force Base. It details requirements for contractors, specifying that offers must adhere to a defined delivery schedule as part of an initiative to improve on-time delivery of supplies and services. The solicitation is open to various business classifications, including small and women-owned businesses, and is structured to encourage proposals that meet specific timelines and quality standards. Key aspects include a mandatory First Article Test Plan and a focus on counterfeit prevention and traceability documentation from suppliers to ensure compliance with military specifications. It emphasizes the importance of submission of timely invoices through the Wide Area Workflow (WAWF) system and specifies the use of Military Standard Procedures for packaging, marking, and quality inspection. Overall, the document exemplifies federal procurement processes aimed at enhancing efficiency and accountability in acquiring critical defense supplies, while ensuring compliance with regulations, promoting small businesses, and maintaining high standards on product quality and traceability.
Lifecycle
Title
Type
Solicitation
UMTE - Transmitter
Currently viewing
Sources Sought
Similar Opportunities
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.
66--TRANSMITTER,PRESSUR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a transmitter, identified by NSN 7R-6685-016050946-QE, with a quantity of 62 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide comprehensive documentation demonstrating their capability to meet the qualification requirements, as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals within 45 days of this notice. For further inquiries, potential bidders can contact Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI@NAVY.MIL.
Spare Parts to Support the Satellite Transportable Terminal: AN/TSC-208
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a five-year Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract to procure spare parts for the Satellite Transportable Terminal: AN/TSC-208. This procurement is critical for maintaining operational readiness, as it involves parts exclusively supplied by Kratos Antenna Solutions Corporation, with no alternatives accepted. The contract has a maximum value of $15 million and a minimum value of $100,000, with all deliveries to be made to a designated facility in New Cumberland, PA. Interested vendors should direct inquiries to Ernie Wang at ernie.wang@dla.mil, and note that the acquisition will not be set aside for small businesses.
NSN: 6680-01-075-4853 RK TRANSMITTER,LIQUID
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of liquid transmitters, specifically the NSN 6680-01-075-4853 RK, essential for fuel tank operations in military aircraft. The contract involves a firm fixed-price agreement for a total of 11 units, with delivery required by July 2029, and proposals must be submitted by May 2, 2025. This procurement is critical for maintaining operational safety and efficiency in military logistics, and interested suppliers must adhere to stringent qualification requirements and packaging standards as outlined in the associated documents. For further inquiries, Patrick McGowan can be contacted at patrick.mcgowan@us.af.mil or by phone at 405-734-8120.
F-16 Transfer Unit, Advan
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, UT, is seeking quotations for the procurement of one unit of the F-16 Transfer Unit, Advanced, identified by NSN 7025016165061. The procurement requires compliance with stringent military packaging, marking, and preservation standards, as outlined in the Statement of Work, which emphasizes adherence to various Department of Defense regulations and proper handling of hazardous materials. This equipment is critical for Foreign Military Sales (FMS) and plays a vital role in maintaining operational readiness for military aircraft. Interested vendors must submit their quotations by May 15, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 16 units of the Receiver-Transmitter (NSN: 7RE 5841 010874423, PN: HG7194C1). This procurement is critical for enhancing radar equipment capabilities, which play a vital role in airborne detection and navigation systems. Interested vendors must ensure they are an approved source, as government source approval is required prior to award; proposals must be submitted via email to Joshua Seltzer by the specified due date. For further details, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
66--TRANSMITTER,POSITION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 25 units of the Transmitter, Position (NSN 6610014650807). This solicitation, classified under the NAICS code 334511, aims to acquire essential instruments used in navigation and guidance systems, which are critical for various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 0532 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
TRANSDUCER, PT-01 (
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting offers for the procurement of the TRANSDUCER, PT-01. This contract requires the design, manufacture, and performance of the specified transducer, adhering to strict quality assurance and inspection standards, including compliance with MIL-STD-2073 packaging and ISO 9001 quality systems. The transducer is critical for use in submarines and surface ships, necessitating that all materials be free from mercury contamination. Interested vendors must submit their offers by May 14, 2025, and can direct inquiries to Amy Puchalsky at 717-550-3120 or via email at AMY.PUCHALSKY@DLA.MIL.
FD2030-24-02351
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a pressure transmitter, specifically NSN 6685-01-224-7778TP. The requirement includes the provision of the transmitter as per the top drawing 16VY021003-1, with an expected revision date of December 12, 2024. This equipment is critical for measuring and controlling industrial process variables, ensuring operational efficiency and safety in defense applications. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
New Manufacture F-15 Pressure Transmitter
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the manufacture of F-15 Pressure Transmitters, specifically part number 18-1880 and National Stock Number (NSN) 6685-01-143-3057HS. The procurement requires an initial quantity of 52 units, with pricing requested for varying quantities ranging from 13 to 78 units, and delivery is expected by January 27, 2027. These pressure transmitters are critical components used in the F-15 aircraft, ensuring operational reliability and safety. Interested vendors must submit their proposals by May 8, 2025, and can direct inquiries to Logan Hurtz at logan.hurtz@us.af.mil or by phone at 445-737-7620.