Repair of E-3 Liquid Quantity Indicator: NSN 6680-01-018-3998, PN 4006240
ID: FA8117-25-SS-0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking potential sources for the repair of the E-3 Liquid Quantity Indicator (NSN 6680-01-018-3998). The objective of this procurement is to identify suppliers capable of delivering repair services that ensure the equipment is returned in a fully serviceable, like-new condition. This opportunity is critical for maintaining operational safety and functionality within the Air Force's supply management for aircraft components. Interested businesses are encouraged to respond to the Sources Sought Synopsis by submitting their qualifications electronically, with inquiries directed to Nathan R. Sholund or Gregory Howard at Tinker AFB. This is not a Request for Proposal, and no funding is available for the solicited information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a formal request process for obtaining engineering drawings from a government entity. It is directed towards companies seeking access to specific technical data, emphasizing the need for a Data Custodian as indicated on DD Form 2345. The request form requires essential company details including name, email, address, and certification information. Each request can include a maximum of 15 drawings, and there is a mandatory $107 administrative and research fee for processing requests. The form must be submitted to a designated government email address. This structured approach underlines the government’s procedural guidelines for disseminating technical data while ensuring compliance with established security and administrative protocols.
    The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for critical safety and application items managed by the Air Force Sustainment Center (AFSC). Its primary purpose is to ensure that potential vendors meet technical standards to gain Engineering Support Activity (ESA) source approval for repairing or remanufacturing specific commodity items. The document details the application procedures, responsibilities of potential sources, evaluation processes, and requirements for Source Approval Request (SAR) packages, which include various categories depending on the vendor's prior experience with the items. Moreover, it emphasizes the importance of adhering to intellectual property rights, submission protocols for SAR packages (both physical and electronic), and outlines the necessary components that must accompany a SAR. Categories of repair (actual, similar, and new) define the prior experience needed for approval. Overall, this RQR serves as a compliance framework to maintain operational safety and functionality within the Air Force's supply management, ensuring only qualified sources are engaged for critical item repairs.
    The document is a Sources Sought Synopsis (SSS) by the United States Air Force, specifically the Air Force Sustainment Center at Tinker Air Force Base, seeking potential sources for the repair of the E-3 Liquid Quantity Indicator (NSN: 6680-01-018-3998). The purpose of this market research is to identify suppliers capable of delivering required repair services, ensuring that the assets are returned in a completely serviceable, like-new condition. The SSS emphasizes that this is not a Request for Proposal, and no funding is available for the solicited information. Interested businesses, categorized by type (e.g., small, women-owned, service-disabled veteran-owned), are encouraged to respond and provide business details but should note that this is for informational purposes only. The document outlines the technical and logistical responsibilities expected from the contractor. Additionally, it specifies the need for potential sources to secure necessary technical data and complete a Source Approval Request (SAR) for qualification. Responses to the SSS must be submitted electronically, and inquiries should be directed to the designated contacts at Tinker AFB without contacting the originator of the post. This process enables the government to assess the competitive landscape and determine the best acquisition strategy for potential contracts.
    The Technical Order Public Sales fact sheet outlines the procedures for requesting Technical Orders (TOs) from the Public Sales Office at Tinker AFB, Oklahoma, which centralizes requests for Tinker, Robins, and Hill AFB. It notes that requests must align with Department of Defense Directive (DoDD) 5230.25 and provides specific guidance for requests related to contracts, unsolicited bids, and foreign military sales. Key requirements include submission on company letterhead with a certified DD Form 2345, detailed company background, justification, intended use of data, and a complete list of TO numbers. There is a processing fee of $65 per approved TO, plus additional shipping costs for physical formats. The office requires a 30-day wait for status updates on requests. This document serves to facilitate the efficient distribution of technical data to defense industry partners and outlines necessary compliance for support of U.S. military operations and foreign partners.
    Lifecycle
    Similar Opportunities
    FD2030-25-01826
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of an Indicator, Liquid Quantity, identified by NSN 6680-01-058-5862RK. This procurement involves the acquisition of a specific measuring instrument, which is critical for monitoring liquid levels and flow, ensuring operational efficiency in various defense applications. The top drawing for this item is 695797-35, with an EDL revision date of April 28, 2025, indicating the importance of adhering to precise specifications. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    66--INDICATOR,LIQUID QU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the Liquid Quantity Indicator (NSN 6680015430237). 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 three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these indicators in military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    FD2030-25-01771
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of a liquid transmitter, specifically NSN 6680-01-072-2799RK. The requirement includes the provision of a totalizing fluid meter and counting device, which is critical for measuring liquid and gas flow, liquid levels, and mechanical motion. This equipment plays a vital role in various defense applications, ensuring accurate monitoring and control of fluid systems. Interested vendors should refer to the solicitation information for further details and contact Todd L. Jackson for inquiries once the solicitation is approved and available for quotes.
    66--TRANSDUCER,AIR DATA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of four CONTROL INDICATOR, A units, identified by NSN: 7R 1680 015289926 and Part Number: 71902-21000-041, as part of a Foreign Military Sales initiative. This sole-source Request for Proposal (RFP) requires contractors to submit quotes that include either a firm-fixed price or time and materials pricing, along with estimated repair costs, under an existing Basic Ordering Agreement due to insufficient data for competitive sourcing. The successful contractor will be responsible for adhering to quality assurance standards, including ISO 9001 compliance, with delivery of the repaired units expected within 365 calendar days from the award date, covering the period from January 9, 2026, to March 9, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    Spares Procurement
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    66--MODULE INDICATOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a Module Indicator, identified by NSN 7H-6680-014941991-PP. The procurement involves a quantity of 54 units to be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. This Module Indicator is critical for measuring liquid and gas flow, and the government has determined that it is uneconomical to purchase the data or rights necessary for alternative sourcing. Interested parties must respond within 45 days of this presolicitation notice, and all inquiries should be directed to Heather R. Jones at the provided contact information.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet various qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for the qualification effort is 180 days. There is also an option for a source qualification waiver based on specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
    F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet qualification requirements including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for qualification is $3,000 and completion is expected within 180 days. Source qualification waiver criteria are also provided. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    66--TRANSMITTER,LIQUID
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of a liquid transmitter, identified by NSN 6680012185240. The procurement is classified as a Request for Quotation (RFQ), and the approved source for this item is 1Y249 20028-0000-01, with delivery required to DLA Distribution San Diego within 154 days after order. This equipment is crucial for measuring and controlling liquid parameters in various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.