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
    Noun_Transmitter, Liquid_Application_F016_NSN_6680-01-074-9369_Part_Number_472741-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Synopsis to identify potential suppliers for the manufacture of a "Transmitter, Liquid" (NSN 6680-01-074-9369, Part Number 472741-3) for the F-16 aircraft platform, with an estimated requirement of 1,250 units. This market research aims to determine if the procurement can be competitive or set aside for small businesses, including various disadvantaged categories, and seeks sources capable of providing all necessary labor, materials, and logistics for manufacturing, inspection, and shipping. Interested parties must submit detailed company information and business size classification by the response deadline, with no solicitation or contract award anticipated at this stage. For inquiries, contact the 422 SCMS at 422.scms.afmc.rfi@us.af.mil.
    New Manufacture: NSN 6680-01-040-5979RK / PN 8DJ130LWT1 / Indicator, Liquid, Qu
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the "Indicator, Liquid, Qu" (NSN: 6680-01-040-5979 RK), which is an aircraft oil tank indicator. This unrestricted request for proposals (RFP) seeks an estimated quantity of 25 units, with delivery required by October 5, 2026, to the DLA Distribution Depot in Oklahoma. The procurement is critical for maintaining operational readiness in aircraft systems, and contractors must ensure firm pricing for 120 days, with proposals due by January 5, 2026, at 4:00 PM. Interested parties can reach out to Kevin Howe at kevin.howe.1@us.af.mil for further information regarding the solicitation.
    FD2030-25-01826
    Buyer not available
    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.
    New Manufacture: NSN 6680-01-059-4638RK / USAF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Indicator, Liquid QU (NSN: 6680-01-059-4638 RK) as part of its Other Aircraft Parts and Auxiliary Equipment Manufacturing initiative. The contract requires a total quantity of 15 units, with a delivery deadline set for January 31, 2027, and is subject to various federal acquisition regulations, including compliance with the Buy American Act and quality standards such as ISO 9001-2015 or AS9100. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should direct inquiries to Kevin Howe at kevin.howe.1@us.af.mil, and note that the contract will utilize FY26 funds.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    FD2030-25-01771
    Buyer not available
    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.
    Spares Procurement for the F100/ Lever, -Remote Control
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking potential sources for the procurement of "LEVER,-REMOTE CONTROL" (NSN: 3040-01-267-7735NZ, P/N: 4067419) with an estimated requirement of 1,500 units. Interested businesses must be capable of providing all necessary labor, materials, facilities, and equipment for the manufacturing, inspection, testing, preservation, packaging, and shipping of the item, as well as managing supply chain logistics and addressing nonrecurring engineering costs. This procurement is critical for maintaining operational readiness and support for Air Force operations. Responses to this Sources Sought Synopsis are due by December 29, 2025, and interested parties should contact Nathan R. Sholund at nathan.sholund@us.af.mil or Emma Taylor at emma.taylor.7@us.af.mil for further information.
    Noun_Turbine,Aircraft Co_Application_F16_NSN_1660-01-460-8886_Part_Number_86097
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Synopsis to identify potential sources for the manufacture of NSN 1660-01-460-8886, Part Number 86097, with an estimated requirement of 35 units. Interested parties must be capable of providing all necessary labor, materials, facilities, and equipment for manufacturing, inspection, testing, preservation/packaging, and shipping, as well as potentially managing supply chain logistics and diminishing manufacturing sources. This procurement is critical for maintaining operational readiness and support for aircraft systems. Interested sources are encouraged to submit their capabilities and complete a Source Approval Request package, with inquiries directed to 421SCMS.Requirements.workflow@us.af.mil, as no contract will be awarded based on this market research.
    Repair of B-2 Fuel pumps
    Buyer not available
    The Department of Defense, through the Air Force's 423rd Supply Chain Management Squadron, is conducting market research to identify potential sources for the repair of specific fuel pumps associated with National Stock Numbers (NSNs): 2915-01-374-9764FW, 2915-01-380-1687FW, and 2915-01-363-5097FW. The objective is to assess whether the repair requirements can be fulfilled competitively or potentially set aside for small businesses, with considerations for breaking out the requirement by airframe. These fuel pumps are critical components for aircraft operations, necessitating reliable repair services that encompass labor, materials, testing, and logistics management. Interested contractors are encouraged to submit their capabilities and business information to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, as the government seeks responses from all business sizes, including small business classifications, by an unspecified deadline.
    66--INDICATOR,LIQUID QU, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of liquid quantity indicators. This procurement aims to ensure the operational readiness of critical measuring instruments used in various naval applications, emphasizing the need for timely and efficient repair turnaround times. The contract will be awarded on a firm-fixed-price basis, with specific requirements for inspection, acceptance, and reporting outlined in the solicitation. Interested contractors should contact Joshua J. Eshleman at joshua.j.eshleman.civ@us.navy.mil or by phone at 717-605-1308 for further details and to submit their proposals.