Power Supplies
ID: FA2823-25-Q-A041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for power supplies as part of a competitive Request for Quote (RFQ) issued by the Air Force Test Center located at Eglin Air Force Base in Florida. The procurement is aimed at acquiring new equipment, as refurbished or used items will not be accepted, and requires offerors to provide a detailed technical description of the items. This opportunity is significant for companies in the Aircraft Engine and Engine Parts Manufacturing sector, as it aligns with the government's need for reliable and compliant power supply solutions. Interested vendors must submit their quotes and relevant product literature by 10:00 AM CST on December 4, 2025, and can direct inquiries to Brittany Linthicome at brittany.linthicome@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document FA282325QA041 outlines critical clauses for federal contracts, focusing on compliance, ethics, and supply chain security. Key provisions include requirements for contractors regarding former DoD officials, whistleblower rights, and prohibitions on covered defense telecommunications equipment. It details the Item Unique Identification and Valuation (IUID) system for tracking items valued at $5,000 or more, or those specified in the contract, and mandates electronic submission of payment requests via Wide Area WorkFlow (WAWF). Additionally, the document addresses representations and certifications for offerors, covering small business concerns, Buy American provisions, trade agreements, and prohibitions on business operations in Sudan and with inverted domestic corporations. It also includes certifications related to child labor and sensitive technology exports to Iran, ensuring adherence to various federal regulations and ethical standards.
    This document is a combined synopsis/solicitation for commodities, issued as a competitive Request for Quote (RFQ) by the Air Force Test Center at Eglin, AFB, Florida. It operates under FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures), specifically designated as a 100% Small Business set-aside. Award will be based on a Best Value evaluation, considering technical capability, price, past performance, and SPRS IAW 252.204-7024. The government will not accept refurbished/used equipment, and partial offers are not considered. Offerors must provide a detailed technical description of items, be registered in SAM.gov, and Wide Area Work Flow for payment. A firm-fixed-price purchase order will be awarded, and offers must remain firm for 60 calendar days. The government will not compensate for offer preparation costs.
    The Department of the Air Force (DAF) issued an open letter to its contractors regarding significant changes in federal contracting regulations. SAF/AQC announced Class Deviations 2025-O0003 and 2025-O0004, which restore merit-based opportunity in federal contracts and revoke an Executive Order on sustainability. As a result, DAF Contracting Officers will amend open solicitations and modify existing contract awards to remove unenforceable provisions and clauses. Modifications will occur during the next required update for existing contracts, except for those nearing their end-of-performance (less than six months remaining) without extension options. Contractors are advised to contact their Contracting Officer for specific solicitation or contract inquiries. These changes have been effective since early March 2025.
    This document outlines key deadlines and contact information for an upcoming Request for Proposal (RFP). All questions regarding the RFP must be submitted by 10:00 AM CST on November 20, 2025. Companies capable of providing the requested item are required to submit their quotes and any relevant product literature by 10:00 AM CST on December 4, 2025. For any inquiries, Brittany Linthicome can be contacted via email at brittany.linthicome@us.af.mil. This notice is crucial for potential vendors to ensure timely submission of questions and proposals.
    The Office of the Under Secretary of Defense has issued Class Deviation 2025-O0003, effective immediately, to implement Executive Orders 14173 and 14168. This deviation revokes Executive Order 11246, which was the basis for Federal Acquisition Regulation (FAR) subpart 22.8 on Equal Employment Opportunity. Consequently, contracting officers are directed to cease implementation or enforcement of E.O. 11246 and related FAR and DFARS provisions. They must also remove specific solicitation provisions and contract clauses (e.g., 52.222-21 to 52.222-27, 52.222-29) from new and open solicitations and modify existing contracts. The deviation also introduces new
    The Office of the Under Secretary of Defense issued a Class Deviation (2025-O0004) to revoke previous sustainability requirements in federal contracting, effective immediately. This deviation implements Executive Order 14148, which rescinded Executive Order 14057 on federal sustainability. Contracting officers are now directed to cease using specific solicitation provisions and contract clauses related to environmental management systems and greenhouse gas emissions (52.223-19 and 52.223-22) for new solicitations and contracts. Instead, they must use updated clauses for Waste Reduction Programs (52.223-10 DEVIATION 2025-O0004) and Sustainable Products and Services (52.223-23 DEVIATION 2025-O0004). Additionally, they must use revised paragraphs in several other FAR provisions and clauses (e.g., 52.204-8, 52.212-3, 52.212-5, 52.213-4). The deviation also mandates amending open solicitations and modifying existing contracts to reflect these changes, while allowing discretion for contracts nearing completion. It explicitly states that contracting officers shall not consider or use System for Award Management (SAM) representations for the revoked provisions and prohibits requiring offerors to disclose greenhouse gas inventories. This deviation remains in effect until incorporated into the FAR or rescinded.
    Lifecycle
    Title
    Type
    Power Supplies
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F-16 Power Supply
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.
    VDATS POWER SUPPLIES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of HPC-4K Power Supplies for VDATS Equipment Block 2, intended for the Electronics Maintenance Group at Robins Air Force Base in Georgia. The contract requires the delivery of five units each of upper and lower power supply kits, with strict compliance to security and supply chain risk management protocols to ensure the integrity of the equipment. This procurement is critical for maintaining operational capabilities and preventing counterfeit parts, with a delivery timeline of 12 months post-award. Interested vendors should direct inquiries to Gwendalh Sealey at gwendalh.sealey@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, as this opportunity is being solicited as a single source requirement to Tracewell Technology.
    POWER SUPPLY
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is seeking quotations for the procurement of a power supply, specifically identified by NSN 6130-01-684-5884KT and part number 3281684-0103. The contract requires a minimum of 2 and a maximum of 11 units, with an estimated quantity of 7 units needed, highlighting the importance of this equipment in supporting defense operations. This procurement is not set aside for small businesses and will adhere to various federal acquisition regulations, including compliance with cybersecurity standards and the Buy American Act. Interested vendors should direct inquiries to Brent Weilmuenster at brent.weilmuenster@us.af.mil or by phone at 385-591-2959, with the solicitation process allowing for electronic submissions.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the acquisition of 40 units of a Power Supply, specifically identified by NSN: 6130-01-661-4955 and Part Number: RFP-L3500-750-1G1B, from the sole source Ametek Programmable Power, Inc. This procurement is critical for ensuring the availability of reliable electrical equipment, which plays a vital role in various defense operations. Proposals must be submitted electronically by December 8, 2025, at 4:30 PM EST, with delivery expected to Texarkana, TX, within 180 days after contract award. Interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of a power supply, specifically NSN 6120200081749. This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Power, Distribution, and Specialty Transformer Manufacturing industry, as indicated by the NAICS code 335311. The power supply is critical for military operations, ensuring reliable electrical distribution and functionality of equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 140 days after the award date.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130014923067. The requirement includes a total quantity of 37 units, with delivery expected within 127 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 18 units of a power supply, identified by NSN 6120016168038. This solicitation 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 one. The power supplies 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 buyer via email at DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 35 units of a power supply, specifically NSN 6130013803183. This solicitation is a Total Small Business Set-Aside, indicating that only small businesses are eligible to submit quotes, and the items must conform to the requirements outlined in the source-controlled drawing associated with the procurement. The power supply is crucial for electric wire and power distribution equipment, underscoring its 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. The deadline for quote submission is 161 days after the award date.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 29 units of a power supply, identified by NSN 6130015528757. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The power supplies 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 inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    POWER SUPPLY ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Power Supply Assembly, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The procurement requires compliance with specific quality assurance and inspection standards, including adherence to MIL-STD-130 for marking and packaging requirements, and emphasizes that no technical data or drawings are available for this item. This assembly is critical for various defense applications, ensuring reliable electrical power supply in military operations. Interested vendors must submit their quotes along with a surplus material certificate if applicable, and can direct inquiries to James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.