UMTE Exciter, Radio Frequ
ID: SPRHA5-25-R-0455Type: Solicitation
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 Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 5:59 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The document is the DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for a specific data item, the Counterfeit Prevention Plan (CPP), under contract FD20202500455-00. It details the administrative framework for submitting the CPP, including required timelines, document distribution guidelines, and compliance with SAE AS5553 standards. The contractor must deliver the plan within 30 days post-award, with subsequent government feedback and re-submission timelines specified. Additionally, the document prescribes electronic submission procedures and emphasizes the importance of data sensitivity and destruction protocols. Required signatures for approval, distribution limitations, and price estimation group classifications are noted. This form serves to ensure that contractors provide essential documentation required for defense contracts while promoting accountability and adherence to government standards throughout the contracting process.
Apr 7, 2025, 5:04 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List utilized within the federal government to outline the specific data items required for government contracts, particularly by the Department of Defense. It includes sections detailing contract line item numbers, data item descriptions, contractor information, submission requirements, and distribution statements. A key component is the requirement for contractors to submit a First Article Test Plan at least 30 days prior to testing, with actions following government comments to be addressed within 15 days. Data submissions are categorized, indicating their purpose and essentiality for contract performance. Additionally, the form specifies how to manage Controlled Unclassified Information (CUI) and outlines the process for marking documents to ensure proper handling and distribution. This systematic approach aids in ensuring compliance and clarity in data management during acquisition processes, ultimately fostering an organized interaction between contractors and government offices in a highly regulated environment.
Apr 7, 2025, 5:04 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), detailing the procedures and requirements for submitting data under federal contracts. It specifies critical elements including contract line items, data item descriptions, and technical data categories, and emphasizes the responsibilities of contractors and government personnel regarding data submission and approval. A central focus resides on the First Article Test Report, which must be submitted no later than 15 days after testing, with re-submissions required 15 days after receiving government feedback. The document also emphasizes the need for marked distribution statements and controlled unclassified information (CUI) protocols. The form provides instructions for completion and stresses the importance of adhering to government guidelines for pricing data based on the contract's nature and requirements. These structured procedures aim to ensure compliance and facilitate effective communication between contractors and government entities for efficient project execution.
Apr 7, 2025, 5:04 PM UTC
The Engineering Data List issued on November 25, 2024, outlines critical technical data concerning the "Exciter, Radio Frequency" component manufactured by DRS Training & Control Systems, LLC. The document includes details such as the National Stock Number (NSN), reference number, and the responsible data technician, Brian D. Lawson. The list serves as part of the Engineering Instructions, emphasizing the standard engineering texts pertinent to the item. Importantly, the document also notes that the release of this data may require approval from the Foreign Disclosure Office if requested by foreign entities. Various codes are included to indicate the status and distribution methods for the technical data, alongside a manufacturing code legend. This data list is particularly relevant to government Request for Proposals (RFPs) and grants, aiding contractors and agencies in ensuring compliance and access to necessary technical documentation.
Apr 7, 2025, 5:04 PM UTC
The document provides engineering instructions for the manufacture of the RF Exciter Assembly (UTEM) under part number SC5999-0076-1 and national stock number 5840-01-625-6969FD. It emphasizes that military specifications and standards will not be included in the bidding package. Key points include stringent compliance requirements whereby the contractor must certify adherence to all applicable drawings, specifications, and standards before contract award. Substitutions of materials are prohibited without prior approval, and deviations from the engineering drawings must also undergo review and acceptance. Unique identification (UID) requirements for item labeling must follow MIL-STD-130 protocols, detailing specific dimensions and data to be included on labels. The instructions reflect a structured approach to ensure quality control and compliance for military contract manufacturing, highlighting the importance of accuracy and regulatory adherence in government contracts.
Apr 7, 2025, 5:04 PM UTC
The document outlines the Statement of Work for packaging and preservation requirements associated with military materials, emphasizing adherence to various military standards and regulations. The requirements include following the AFMC Form 158, related Department of Defense standards, and specific guidelines from the Military Standards (MIL-STD), American National Standards Institute, and other relevant organizations for packaging, labeling, and handling both hazardous and non-hazardous materials. Key regulations include MIL-STD 2073-1 for military packaging practices, MIL-STD 129 for shipment and storage markings, and addressing the needs for packaging materials according to the International Standards for Phytosanitary Measures (ISPM No. 15). The document also specifies preparations for electrostatic sensitive materials, safety data sheet submissions for hazardous materials as per FED-STD-313, and the proper management of reusable containers. Contractors are required to report discrepancies in packaging via the Web Supply Discrepancy Report system and follow strict guidelines for hazardous shipments in compliance with multiple federal regulations. Overall, the document provides comprehensive standards to ensure effective packaging, preservation, and handling of military materials in government contracts, aligning with established protocols and procedures.
Apr 7, 2025, 5:04 PM UTC
This document outlines the compliance requirements for wood packaging materials (WPM) as mandated by the United Nations to prevent the spread of invasive species like the pinewood nematode. It specifies that all wooden pallets, containers, and related materials—whether completely or partially made of WPM—must be manufactured from debarked wood and heat-treated to a temperature of 56 degrees Celsius (133 degrees Fahrenheit) for a duration of 30 minutes. Additionally, certification and marking by an accredited agency recognized by the American Lumber Standards Committee is required. The guidelines aim to ensure the safety and proper management of wood materials used in international shipping and compliance with the latest revision of the International Standards for Phytosanitary Measures (ISPM No. 15). The document is restricted for use by the Department of Defense and its contractors and emphasizes the importance of confidentiality and destruction procedures as per government regulations. Overall, this document emphasizes the necessity for adherence to international standards in trade involving wooden materials to mitigate ecological risks.
Apr 7, 2025, 5:04 PM UTC
The document outlines Solicitation Number SPRHA5-25-R-0455, primarily concerning an acquisition for supplies and services related to search, detection, navigation, guidance, aeronautical, and nautical equipment under the Defense Logistics Agency Aviation. It designates the contract as firm-fixed-price with an emphasis on improving on-time delivery requirements under the Air Force Sustainment Center. Bidders must propose deliverable schedules as per the Required Delivery Schedule provided by the government. The unique entity identifier and compliance stipulations are critical, with a notable focus on small business requirements, including provisions for women-owned and veteran-owned businesses. The contract includes extensive quality assurance standards and specific marking and packaging instructions as per military standards. Inspection and acceptance of supplies will be conducted at specified destinations, with a stringent requirement for documentation retention for audit purposes, demonstrating supply chain traceability. This RFP reflects the government's continued commitment to ensuring efficient delivery while adhering to rigorous compliance and quality standards, aimed at enhancing procurement processes and technical performance within military operations.
Lifecycle
Title
Type
UMTE Exciter, Radio Frequ
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
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.
58--RECEIVER,RADAR - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure replacement parts for radar equipment, specifically the NSN 7R-5841-014002184-GF, with a quantity of 40 units required for repair and modification purposes. This procurement is critical for maintaining the operational readiness of airborne radar systems, which play a vital role in defense operations. Interested vendors are encouraged to submit their capabilities and proposals within 45 days of this notice, as the government intends to negotiate with a single source under FAR 6.302-1. For further inquiries, interested parties can contact Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.M.FOLEY5.CIV@US.NAVY.MIL.
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 solicitation includes multiple line items, each requiring a quantity of one unit to be delivered to the 23rd Flight Test Squadron at the USAF supply within five days after order. These units are critical for communication and detection systems, underscoring their importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online for review.
7025‐01‐706‐9847 (25‐R‐0060)
Buyer not available
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, essential for the MMIII weapon system. The solicitation emphasizes the need for compliance with stringent quality assurance protocols, packaging, and delivery requirements, ensuring that all units meet the Department of Defense's operational standards. This procurement is critical for maintaining the functionality and reliability of military systems, reflecting the government's commitment to enhancing defense capabilities. Interested contractors can reach out to Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385-519-8310 for further details regarding the proposal submission process and requirements.
58--RADAR SET
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of a radar set, specifically NSN 7R-5841-015406613-VA, with a quantity of one unit required. This opportunity emphasizes the need for newly manufactured spares, as refurbished or repaired items will not be accepted, and it includes critical safety item considerations under DFARS clause 252.209-7010. The procurement is intended to be negotiated with a single source, and interested parties must demonstrate their capability and interest within 45 days of the notice publication. For further inquiries, potential offerors can contact Gina Palumbo at (267) 660-8638 or via email at GINA.PALUMBO@DLA.MIL.
12--ELECTRONIC UNIT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 64 electronic units, identified by NSN 1R-1270-016791336-ZR and reference number 10088529. This procurement is critical for aircraft gunnery fire control components, emphasizing the importance of these units in enhancing military operational capabilities. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their interest and capability statements within 45 days of this notice. For further inquiries, potential bidders can contact Lydia M. Shaloka at (215) 697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
66--INDICATOR,RADIO FRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 50 units of a Radio Frequency Indicator (NSN 7R-6625-015322877-V2). This procurement is classified under the PSC code 6625, which pertains to electrical and electronic properties measuring and testing instruments, and is subject to specific requirements for Critical Safety Items (CSI) as outlined in DFARS clause 252.209-7010. The items must be newly manufactured, with refurbished or repaired materials deemed unacceptable, and must be sourced from government-approved suppliers, necessitating the submission of authorized distributor letters for any distributors involved. Interested parties are encouraged to submit their proposals within 45 days of this notice, with the understanding that the government may choose to negotiate with only one source under FAR 6.302-1. For further inquiries, potential offerors can contact Michael Offenbacker at (215) 737-0466 or via email at michael.offenbacker@dla.mil.
58--EQUALIZER,RECEIVER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two units of the Equalizer, Receiver, identified by NSN 5895016480032. This solicitation, categorized under the NAICS code 334290 for Other Communications Equipment Manufacturing, aims to fulfill specific communication equipment needs critical for defense operations. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and the solicitation is available through the DLA's online platform. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, with a delivery timeline set for 159 days after order acknowledgment.
Acuator, Mechanical
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of seven units of the F-100 Resolver Assembly, classified under NSN: 3040-01-478-8903NZ and PN: 4086388. This solicitation, identified as SPRTA125Q0275, emphasizes the critical nature of the item as a Critical Safety Item (CSI), requiring compliance with ISO 9001:2008 quality assurance standards and adherence to military packaging and transportation protocols. The successful vendor will play a vital role in supporting defense logistics and operational readiness, with a delivery deadline set for April 30, 2028, and a pricing response deadline of April 28, 2025. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.