UMTE Exciter, Radio Frequ
ID: SPRHA5-25-R-0455Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Presolicitation
    Similar Opportunities
    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.
    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.
    58--DETECTOR,RADIO FREQUEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 58 radio frequency detectors, specifically NSN 5895012110211. The requirement includes the delivery of 56 units by April 11 and 1 unit by January 20 to DLA Distribution Warner Robins, highlighting the critical need for these components in defense operations. This procurement is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in the defense sector. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    66--POSITION,TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of nine units of the Position Transmitter, identified by NSN 6610010332402. This solicitation is part of a Request for Quotation (RFQ) process, and the approved source for this item is 46PU2 160C725002-3, indicating its critical role in navigation and guidance systems. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 151 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Synopsis for Solicitation N0038326QD053
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    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.
    61--EXCITER,ARMATURE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of 170 units of the EXCITER, ARMATURE, under solicitation number NSN 6115015644750. 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 six orders per year and a guaranteed minimum quantity of 25 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    FD2030-25-02139
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified suppliers for the procurement of an Electro-Mechanical Actuator, identified by NSN 1680-00-210-8808RK and drawing number 9-23897-2. This procurement is critical for maintaining operational capabilities in various military aircraft, emphasizing the importance of high-quality components that meet stringent defense standards. Interested vendors should be aware that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements. For further inquiries, potential bidders should refer to the solicitation information as it becomes available.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.