OEM Barfield Digital Turbine Temperature Test Sets
ID: N6833525Q0124Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide OEM Barfield Digital Turbine Temperature Test Sets (model TT1000A) for the MQ-9A Reaper Unmanned Air System. The procurement requires a battery-powered test set capable of measuring temperatures and system resistances up to 1000 degrees Celsius, adhering to military standards for identification, packaging, and marking. This equipment is crucial for ensuring reliable testing capabilities within military operations, reflecting the government's commitment to maintaining high standards in defense-related acquisitions. Interested parties should contact Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil for further details, with deliveries expected to occur within 120 days of order placement under a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for procuring the Digital Turbine Temperature Test Set (model TT1000A) for the MQ-9A Reaper Unmanned Air System. It specifies the need for a battery-powered test set capable of measuring temperatures and system resistances up to 1000 degrees Celsius. The SOW includes applicable military standards for identification, packaging, and marking of the equipment. The contractor is expected to deliver units over five years under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, detailing specific quantities for each year. Quality assurance must ensure government inspection and compliance with unique identification (UID) marking requirements. The document emphasizes proper packaging following military protocols and regulatory compliance during transport. Deliveries should ideally occur within 120 days of the order, with specific instructions for notifying the relevant officials at the U.S. Navy regarding shipment readiness. This procurement aims to streamline the acquisition and ensure reliable testing equipment for military use, reflecting the federal government's structured approach to managing defense-related contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MQ-9A Towbar, P/N: 01-1308-0011
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for the procurement of an MQ-9A Towbar, Part Number 01-1308-0011, as part of its support for the MQ-9A Reaper Unmanned Aircraft Systems program. This opportunity is specifically set aside for small businesses and aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a duration of five years, requiring compliance with the Buy American Act and various military standards. The selected vendor will be responsible for delivering a minimum of two units within 120 days of order receipt, with a maximum of twelve units over the contract's life, targeting the DLA Distribution center in Mechanicsburg, PA. Interested parties can reach out to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil or call 848-240-2623 for further details.
    TRANSMITTER,TEMPERA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of electrical resistance temperature transmitters, specifically identified by NSN: 6685-003739004. This contract is critical for ensuring compliance with Quality Product List (QPL) requirements and spans a five-year period, with an estimated demand of 95 units annually, requiring a minimum order of 24 units and a maximum of 95 units per delivery. Suppliers must be registered in the System for Award Management (SAM) and will be evaluated based on price, past performance, and delivery, all weighted equally. Interested parties should submit written quotes by the closing date of April 18, 2025, and can contact Montana Kipp at Montana.Kipp@dla.mil or 804-279-3594 for further information.
    INDICATOR, TEMPERATURE
    Buyer not available
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting proposals for the manufacturing of temperature indicators for turbine inlets, under solicitation number SPRTA1-25-R-0140. The procurement seeks a minimum of 17 units and a maximum of 102 units, with an immediate requirement for 68 units, emphasizing the need for new manufactured materials and compliance with federal regulations. This opportunity is critical for supporting defense operations and ensuring the reliability of aircraft components. Interested contractors must submit their proposals by December 19, 2024, and are encouraged to contact Michael Hannan at Michael.Hannan.1@us.af.mil or 405-855-7126 for further inquiries.
    THERMOSTAT,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking suppliers for aircraft thermostats. This solicitation aims to procure instruments that measure and control temperature, which are critical for maintaining operational safety and efficiency in military aircraft. The procurement falls under the NAICS code 334513, focusing on instruments and related products for industrial process variables, and is categorized under PSC code 6685 for pressure, temperature, and humidity measuring and controlling instruments. Interested vendors can reach out to Lara L. Szott at 215-697-3473 or via email at LARA.L.SZOTT.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Test, Teardown, and Evaluation (TT&E) Mazak VTC NC Vertical Turning Center
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for a one-time Test, Teardown, and Evaluation (TT&E) of a Mazak VTC NC Vertical Turning Center. The contractor will be responsible for providing labor, tools, parts, and quality control necessary to assess the machine, which has known issues such as a leaking pallet changer and an E-stop function failure, and must deliver a detailed evaluation report within one business day. This procurement is crucial for maintaining operational efficiency and safety standards within the Air Force's equipment management. Proposals are due by March 11, 2025, with a preference for electronic submissions, and interested vendors should contact Shanita Manuel at shanita.manuel@us.af.mil for further information.
    F108 Compressor Inlet Temperature (CIT) Sensor Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking potential vendors for the repair and overhaul of the F108 Compressor Inlet Temperature (CIT) Sensor, with an estimated requirement of 750 units annually. This initiative aims to identify qualified sources capable of managing all aspects of supply chain logistics and providing necessary technical data, while promoting participation from small and disadvantaged businesses, as well as veteran-owned enterprises. The repair of these sensors is critical for maintaining the operational readiness of military aircraft, ensuring safety and performance standards are met. Interested vendors should contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil for further inquiries, noting that this is a Sources Sought notice and not a solicitation for proposals at this stage.
    Industrial High Temperature Heater System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Industrial High Temperature Heater System to support the U.S. Army's supersonic wind tunnel upgrade. This procurement is a total small business set-aside, requiring compliance with specific operational parameters, including a target heating temperature of 800°F and a maximum system size of 12 ft in length and 6 ft in width. The heater system is crucial for ensuring effective airflow and heating without air liquification, emphasizing safety and non-hazardous operation. Interested contractors must submit their proposals electronically by March 10, 2025, at 5:00 PM EST, and can direct inquiries to Gloria Thoguluva at gloria.thoguluva.civ@army.mil or Julian Di Leo at julian.m.dileo.civ@army.mil.
    FD2030-24-00681
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a Test Set, Aircraft, E, under the special notice FD2030-24-00681. This opportunity involves the acquisition of a specific National Stock Number (NSN): 4920-01-699-4277OK, which is critical for aircraft maintenance and repair operations. The procurement is associated with the manufacturing of specialized electronic components, emphasizing the importance of reliable equipment in maintaining aircraft readiness. Interested parties should refer to the solicitation information for further details and contact Shelley S. Gibson for inquiries once the solicitation is approved and available for quotes.
    Quantity (qty) one (1) High Temperature Characterization Suite which will consist of two separate systems: a Dilatometer and Simultaneous Thermal Analyzer (STA).
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from potential suppliers for a High Temperature Characterization Suite, which includes a Dilatometer and a Simultaneous Thermal Analyzer (STA). The procurement aims to acquire advanced analytical equipment capable of operating at extreme temperatures, essential for research in materials science, particularly in defense applications. The dilatometer must function at maximum temperatures of 2800°C in inert and 1600°C in oxidizing atmospheres, while the STA should reach up to 2400°C, with stringent performance specifications outlined in the solicitation. Interested parties are encouraged to respond by March 13, 2025, and can contact Melissa M. Murphy at Melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil for further details.
    TEST SET,ELECTRONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of electronic test sets. This opportunity is specifically aimed at machine shops, as indicated by the NAICS code 332710, and involves specialized equipment for aircraft maintenance and repair, classified under PSC code 4920. The electronic test sets are crucial for ensuring the operational readiness and maintenance of military aircraft, highlighting their importance in defense logistics. Interested vendors can reach out to John McCarry at 215-737-3416 or via email at JOHN.MCCARRY@DLA.MIL for further details regarding the solicitation process.