The IUID Checklist details the Item Unique Identification (IUID) marking requirements for a TRANSMITTER,TEMPERA, NSN 6685016689085UJ, Version 1. The marking must comply with DFARS 252.211.7003 and MIL-STD-130, utilizing a Bag/Tag method. The document also addresses embedded items, specifically noting that an unspecified item is embedded within the aforementioned NSN. This checklist, initiated by Richard A. Banks of AFLCMC / LPSEBA, outlines the specific identification and marking protocols for government property, ensuring traceability and compliance with federal regulations.
This government file, identified by purchase instrument number FD20302500798-00 and initiated on June 27, 2025, outlines transportation data and instructions for solicitations. It specifies F.O.B. Destination as the recommended term and details transportation provisions and clauses, including FAR citations 52.247-29, 52.247-52, and 52.247-53. A critical instruction for vendors is to contact DCMA Transportation via their SIR eTool system for shipping instructions on all "DCMA Administered" contracts, especially for F.O.B. Origin, Foreign Military Sales, and F.O.B. Destination OCONUS/Export movements. Failure to do so may result in additional vendor expenditures and frustrated freight. The document provides transportation funds information, including the Purchase Instrument Line LOA and First and Second Destination Transportation Account Codes. It also lists details for an item to be shipped, including its NSN/Pseudo NSN 6685016689085UJ, Purchase Instrument Line Item Number 0001, and the ship-to address for DLA DISTRIBUTION DEPOT OKLAHOMA at TINKER AFB. The file is signed by Darrick D Hogan from 406 SCMS / GULAA.
This government file outlines detailed packaging requirements for purchase instrument number FD20302500798-00, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is on adherence to United Nations restrictions on wood packaging material (WPM) to prevent the spread of invasive species like the pinewood nematode. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an American Lumber Standards Committee (ALSC) recognized agency, as per International Standards for Phytosanitary Measures (ISPM) No. 15. The document specifies MIL Long Line Packaging at preservation level MIL and packaging level B for item 6685016689085UJ, including coded data for unit pack dimensions and weight. Additional requirements mandate military packaging and marking in accordance with MIL-STD-2073-1 and MIL-STD-129, with provisions for supplementary markings like unit serial numbers or OEM information if specified on AFMC Form 158. The packaging specialist for this requirement is Billy S. Real.
The Standard Form 1447 (SPRTA1-26-R-0099) is a solicitation for aircraft engine and engine parts, specifically for "TRANSMITTER, TEMPERA" (NSN: 6685-01-668-9085 UJ), designated as a Critical Safety Item. The solicitation seeks either new manufacture or new/unused Government surplus materials, with strict conditions for surplus offers, including a requirement for offerors to complete specific representations and conditions. Key requirements include IUID (Item Unique Identification) and adherence to a 120-day firm-price offer. The document outlines delivery to DLA Distribution Depot Oklahoma by January 30, 2026, and emphasizes electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF). The solicitation also details various contract clauses covering areas like small business utilization, equal opportunity, environmental regulations (e.g., ozone-depleting substances, hexavalent chromium), and restrictions on foreign purchases and unmanned aircraft systems.
The Department of the Air Force is issuing a Request for Proposal (RFP) SPRTA1-26-R-0099 for Transmitter Temp spares, specifically the pyrometer (PN: 0704AP5) for F118-101A aircraft. This is a Critical Safety Item (CSI) with a total quantity of 13, min 3, max 20, to be delivered by January 30, 2026, to Tinker AFB, OK. The estimated issue date is November 24, 2025, with a closing date of December 24, 2025. This acquisition is a sole-source procurement, as the supplies are available from a limited number of responsible sources, specifically Rosemount Aerospace, Inc. The government is not using policies for commercial items. All responsible sources may submit a capability statement for consideration within 45 days of the synopsis's publication. An Ombudsman is available for concerns. Questions should be directed to John Nolan at 385-591-1668 or john.nolan.8@us.af.mil. The solicitation will be available on www.SAM.gov.