Heat Exchanger, Air
ID: SPRTA1-25-Q-0092Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OKLAHOMA CITY, OKTINKER AFB, OK, 73145-3070, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)
Timeline
    Description

    The Defense Logistics Agency (DLA) Aviation at Tinker Air Force Base is seeking proposals for the procurement of a heat exchanger, specifically part number 764962-2, under a firm fixed price solicitation. The RFP aims to gather price and delivery proposals for specified quantities, with responses due by 2:00 PM CST on February 17, 2025, and delivery dates set for May 1, 2025, and January 29, 2027. This procurement is critical for maintaining operational efficiency in defense logistics, ensuring compliance with stringent quality management standards such as AS9100 or ISO 9001:2015. Interested vendors should direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further details on compliance and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a checklist for Item Unique Identification (IUID) in accordance with DFARS 252.211.7003, specifically detailing the marking requirements for an air heat exchanger identified by NSN 1660010505847. Key information includes the initiator Sean D. Ferguson from 423 SCMS/GUEA and contact numbers. The document specifies that marking must follow the latest military standard, MIL-STD-130, with contractor-determined methods and locations. It also outlines that the item is categorized as an embedded item, reiterating the importance of proper marking as indicated by relevant engineering documentation. The mention of specific instructions and additional contact names, like Chris L. Dofflemeyer, signifies the collaborative nature of ensuring compliance. In summary, the checklist underscores the necessity for precise identification and proper marking of defense-related items, aligning with governmental contract management practices.
    The document pertains to transportation data related to federal solicitations, specifically under the purchase instrument number FD20302402315-00 initiated on August 26, 2024. It outlines the process for shipping and transportation provisions, indicating a "F.O.B. Destination" approach. Key instructions highlight the necessity to contact the Defense Contract Management Agency (DCMA) Transportation for shipping directions before freight movement to avoid unnecessary costs. It includes detailed transportation funds information and specifies the National Stock Number (NSN) for the item, along with the ship-to address and requisition number. The document emphasizes compliance with Department of Defense (DOD) regulations and provides contact information for further assistance. Ultimately, it serves as a guide for vendors on transportation procedures linked to government contracts, ensuring adherence to protocol and minimizing potential logistical issues.
    The document outlines packaging requirements related to the transportation of items under Purchase Instrument Number FD20302402315-00, emphasizing compliance with international standards to prevent the spread of invasive species via wooden packaging materials (WPM). It mandates that all wooden packaging must consist of debarked wood and undergo heat treatment to a specified temperature for a designated duration, certified by an accredited agency recognized by the American Lumber Standards Committee. Additional packaging criteria adhere to MIL-STD-2073-1 and MIL-STD-129 for military packaging and marking. Container marking standards include compliance with both regulations and additional specifications like OEM names and model numbers. The document is essential for ensuring global shipping and storage meet rigorous environmental and military standards while promoting safety and quality in logistics. The packaging specialist overseeing these requirements is Verlisher Strain, listed with contact information for further inquiries. Overall, this document ensures proper handling and safeguarding measures for items requiring stringent packaging specifications for both domestic and international shipments.
    The Defense Logistics Agency (DLA) Aviation at Tinker Air Force Base has issued a Request for Proposal (RFP) to Collins Aerospace for part number 764962-2, seeking price and delivery proposals for specified quantities. Responses are due by 2:00 PM CST on February 17, 2025. The solicitation is under a firm fixed price against an existing Basic Ordering Agreement (SPRPA1-19-G-CE01). Key compliance requirements include adherence to quality management systems, specifically AS9100 or ISO 9001:2015 standards, with evidence of compliance through certification or audits. The document outlines specifics regarding inspection and acceptance processes stating that surplus items are not authorized and notes the importance of higher-level contract quality requirements as per DFAR 246.202-4. Two line items are requested with different delivery dates; the first is due by May 1, 2025, and the second by January 29, 2027. The communication underscores the DLA's commitment to maintaining strict quality standards and efficient supply chain management for defense-related procurement.
    The Defense Logistics Agency (DLA) Aviation at Tinker Air Force Base has issued a Request for Proposal (RFP) to Collins Aerospace for part number 764962-2, seeking price and delivery proposals for specified quantities. Responses are due by 2:00 PM CST on February 17, 2025. The solicitation is under a firm fixed price against an existing Basic Ordering Agreement (SPRPA1-19-G-CE01). Key compliance requirements include adherence to quality management systems, specifically AS9100 or ISO 9001:2015 standards, with evidence of compliance through certification or audits. The document outlines specifics regarding inspection and acceptance processes stating that surplus items are not authorized and notes the importance of higher-level contract quality requirements as per DFAR 246.202-4. Two line items are requested with different delivery dates; the first is due by May 1, 2025, and the second by January 29, 2027. The communication underscores the DLA's commitment to maintaining strict quality standards and efficient supply chain management for defense-related procurement.
    Lifecycle
    Title
    Type
    Heat Exchanger, Air
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    16--HEAT EXCHANGER,MACH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a heat exchanger, specifically NSN 1660016465966, as part of a Combined Synopsis/Solicitation. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 170 days after order placement, and the item is subject to source control, with an approved source identified. This heat exchanger is critical for aerospace applications, ensuring efficient thermal management in various defense systems. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    16--HEAT EXCHANGER,AIR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of heat exchangers for aircraft air conditioning, heating, and pressurizing equipment. This opportunity falls under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment, highlighting the critical need for reliable components in maintaining aircraft operational efficiency. Interested vendors can reach out to Joseph Lewis at 215-737-9462 or via email at JOSEPH.LEWIS@DLA.MIL for further details regarding the solicitation process. Specific deadlines and funding amounts have not been disclosed in the provided information.
    SHROUD, SEGMENT, TURBINE
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is issuing a Request for Proposal (RFP) for the acquisition of 10 units of a Shroud, Segment, Turbine, identified by National Stock Number (NSN) 2840-01-366-2957 and part number 4079208-1, with a delivery deadline of August 8, 2025. This procurement is classified as a Foreign Military Sales (FMS) requirement, necessitating compliance with specific export control regulations and higher-level quality assurance standards, including ISO 9001:2000. The goods are critical for military applications, emphasizing the importance of adhering to military packaging and transportation standards to ensure safety and regulatory compliance. Proposals must be submitted by March 27, 2025, at 1400, and interested vendors can contact Melencio Linga at melencio.linga@us.af.mil or 405-855-3526 for further information.
    Drive, Constant Speed
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the procurement of 10 units of a specific military item, identified by NSN 1650-01-438-0943 and part number 711595M. This Request for Proposal (RFP), SPRTA1-25-R-0083, requires compliance with military packaging and transportation standards, including the use of heat-treated wood to prevent invasive species, and mandates certification of quality assurance in accordance with FAR 52.246-15. The successful delivery of these units is critical for military operations, with a delivery deadline set for February 28, 2026, and proposals due by 2:00 PM CST on April 11, 2025. Interested parties can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further information.
    16--HEAT,EXCHANGER
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 12 units of a heat exchanger, identified by NSN 1R-1680-016053546-V2, from AMETEK Thermal Systems Inc., the sole source manufacturer. This procurement is critical as the heat exchanger is a specialized component necessary for various military applications, and no alternative sources or drawings are available for this item. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for May 2025. For further inquiries, contact Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil or by phone at (215) 697-3992.
    Module Kit, Resolver (3D)
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the acquisition of a Module Kit, Resolver, under the purchase request FD2030-24-01628, specifically from Honeywell International, Inc. This procurement involves a maximum quantity of two units classified as a Foreign Military Sales (FMS) requirement, necessitating adherence to stringent quality assurance standards, including ISO 9001:2000, and compliance with military packaging specifications. Proposals must be submitted by 2:00 PM on March 17, 2025, with delivery required by December 21, 2025; interested parties should contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or call 405-414-4876 for further details.
    16--SCROLL HOUSING,AIRC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Scroll Housing, Air Conditioning (NSN 1660-01-057-7859). 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 component is critical for aerospace applications, specifically in the maintenance and operation of aircraft systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer listed in the solicitation document via the provided email address, DibbsBSM@dla.mil.
    HEAT EXCHANGER,AIR N00383-25-Q-R172
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two heat exchangers (NSN: 7RE 1660 014926134 GF, P/N: 194222-2-2) on a limited source basis from approved vendors LIMCO-AIREPAIR and HONEYWELL INTERNATIONAL INC. This procurement is critical for maintaining the operational readiness of aircraft systems, specifically in the area of air conditioning, heating, and pressurizing equipment. Interested parties that are not already approved to manufacture this material must submit a Source Approval Request (SAR) within 15 days of this notice, as the procurement will not be delayed for SAR approval. For further inquiries, interested organizations may contact Linda Vong at linda.vong2.civ@us.navy.mil or by phone at 215-697-5936.
    FD2030-25-00298
    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 Converter, Liquid Ox, identified by NSN 1660-00-567-8852BO. This procurement is critical for maintaining aircraft air conditioning, heating, and pressurizing systems, ensuring operational readiness and safety. The top drawing for this item is MB5A, with the latest engineering data revision dated January 4, 2023. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    FD2030-25-00779
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking procurement for a Converter, Liquid Ox, identified by NSN 1660-00-540-5306BO. The requirement includes adherence to the top drawing M25666/1 and is associated with the manufacturing of aircraft air conditioning, heating, and pressurizing equipment, which is critical for maintaining operational capabilities in military aircraft. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, contact information will be provided in the solicitation documentation.