ContractSolicitation

Manufacturing Transmitte-Receiver: NSN: 5841-01-349-9175, PN: 8010000788-1

DEPT OF DEFENSE SPRWA1-26-R-0003
Response Deadline
Mar 31, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting proposals for the manufacturing of Transmitte-Receiver units, specifically NSN 5841-01-349-9175, with a total quantity of 10 units required. This procurement is critical for the transmission and reception of continuous wave radio frequency signals, which are essential for aircraft altitude determination. Proposals must comply with specific requirements, including Item Unique Identification (IUID) marking per MIL-STD-130, a 24-month warranty, and adherence to AS9100:2015 quality standards, with a delivery deadline set for May 29, 2026. Interested vendors should reach out to Vanessa Moes at vanessa.moes.1@us.af.mil or Roberto Martinez-Perez at roberto.martinez-perez@dla.mil for further details and to ensure compliance with all solicitation requirements.

Classification Codes

NAICS Code
334511
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC Code
5841
RADAR EQUIPMENT, AIRBORNE

Solicitation Documents

5 Files
UID.pdf
PDF82 KBJan 28, 2026
AI Summary
This government file details the specifications for a Unique Identification (UID) label, specifically "Construct 1 '18S' Application," for the U.S. Air Force. The document outlines requirements for machine-readable information (MRI) and human-readable information (HRI) per MIL-STD-130, including syntax, semantics, and readability. Key specifications include the use of Data Identifier 18S for the Unique Item Identifier (UII), a 6-character alphanumeric sequencing code combined with a CAGE code for serialization. The file provides various label types: disk, rectangle, and square, with specific dimensions and part numbering formats that incorporate dash numbers and material designations. It also lists approved materials and manufacturers in Table 1, such as TESA SECURE 6973 PV6 and 3M SCOTCHMARK #7847, along with their CAGE codes. Additionally, the document mandates laser etching for locally manufactured labels in accordance with AS 478-15B. The overall purpose is to ensure consistent and compliant unique identification for items, crucial for asset tracking and management within federal government operations.
IUID.pdf
PDF65 KBJan 28, 2026
AI Summary
This government file details the Item Unique Identification (IUID) Checklist for a Receiver-Transmitter, NSN 5841013499175. It outlines specific marking instructions for IUID, emphasizing compliance with DFARS 252.211.7003 and MIL-STD-130. The marking is to be a laser-etched 2-D UID matrix on Tesa tape 6973 or equivalent, with specific size and application guidelines, including surface preparation and label attachment. The document also lists initiator contact information and references engineering drawings. While no embedded items are explicitly detailed in Section II, it notes that the item itself is an embedded component for the mentioned NSN. The checklist ensures proper identification and traceability of government property.
DD FORM 1653 Transporation Data.pdf
PDF91 KBJan 28, 2026
AI Summary
This government file, initiated on June 26, 2025, details transportation data for solicitations under Purchase Instrument Number FD20602400419-00. It outlines F.O.B. terms, recommended transportation provisions, and FAR citations for various aspects such as F.O.B. origin, clearance, freight classification, diversion, and marking of shipments. A critical instruction mandates contacting DCMA Transportation via the SIR eTool System for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements to prevent frustrated freight and additional vendor expenditures. The document provides specific transportation funds information, item details, ship-to addresses, and requisition numbers for four distinct line items (0002, 0001, 0003, and 0004), each with unique TACRNs (AAA, AAB, AAC, AAD) and FMS case numbers (VAZ, QBC, SAD). The final entry includes contact information for Mickie J. Etters from 406 SCMS / GULAA, dated June 26, 2025.
AFMC 158 Packaging Report.pdf
PDF68 KBJan 28, 2026
AI Summary
This government file outlines detailed packaging requirements for federal procurements, specifically focusing on wood packaging materials (WPM) and military packaging standards. It mandates that all WPM, including pallets, boxes, and crates, be constructed from debarked wood and heat-treated to 56 degrees Celsius (133 degrees Fahrenheit) for 30 minutes. Certification and marking by an American Lumber Standards Committee (ALSC) recognized agency are required, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15. The document specifies MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking, including additional marking for shipping containers such as unit serial numbers or OEM information. The packaging requirements are for item 5841013499175, with specific coded data for preservation and packaging levels. The instructions are issued by 406 SCMS / GULAA and signed by Lorenda L. Martinez.
SPRWA1-26-R-0003.pdf
PDF1085 KBJan 28, 2026
AI Summary
This government solicitation (SPRWA1-26-R-0003) is a Request for Proposal (RFP) issued by DLA Procurement Operations for TRANSMITTE-RECEIVER units (NSN: 5841-01-349-9175). It includes four line items (0001-0004) for varying quantities (5, 3, 2, 1 each) of these units, which transmit and receive CW R/F signals for aircraft altitude determination. The RFP outlines firm-fixed-price contracts with required delivery by May 29, 2026. Key requirements include IUID marking (MIL-STD-130), a 24-month warranty, and compliance with AS9100:2015 for quality. Offerors must provide certified cost/pricing data, including a detailed excel pricing model, CBOM, BOE, and travel documents if applicable. Proposals must remain valid for 120 days. The document also details packaging, marking, inspection, acceptance, and payment instructions, including the use of Wide Area WorkFlow (WAWF) for electronic submissions. It references numerous FAR and DFARS clauses covering areas like small business subcontracting, export control, and environmental compliance, indicating a comprehensive federal procurement process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 26, 2025
deadlineResponse DeadlineMar 31, 2026
expiryArchive DateMar 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA AVIATION AT WARNER ROBINS, GA

Point of Contact

Name
Vanessa Moes

Place of Performance

Warner Robins, Georgia, UNITED STATES

Official Sources