JTE Transmitter
ID: SPRHA5-25-R-0025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OGDEN, UTHILL AIR FORCE BASE, UT, 84056-5820, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is conducting market research for the procurement of the JTE Transmitter, specifically NSN 5840-01-657-1845 FD, with an estimated quantity of 2 units. The primary objectives of this sources sought notice are to identify potential sources capable of fulfilling the agency's requirements, improve small business access to acquisition information, and enhance competition by uncovering contracting and subcontracting opportunities. The JTE Transmitter is critical for radar applications, and suppliers must adhere to stringent manufacturing qualification requirements, including a qualification package and a detailed test plan, with an estimated qualification cost of approximately $39,000 and a completion timeframe of around 180 days. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further information, with a delivery schedule anticipated on or before July 18, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, specifically outlining the requirements for a Counterfeit Prevention Plan (CPP) associated with contract number FD20202500025. The contractor is tasked with delivering the CPP within 30 days post-contract award, allowing for government feedback within 14 days of submission. The contractor must then submit revisions within 7 days of receiving comments. Submissions must be made electronically in either MS Office 2016 or newer formats or PDF, directed to the specified email address for the 415 SCMS/EN office. The document stipulates distribution limitations under Statement D, which restricts access to specific DoD personnel and contractors for administrative and operational reasons, marking its sensitivity. Additionally, it emphasizes the importance of secure destruction methods to safeguard the information contained. The thorough guidelines in this document reflect a proactive approach to mitigating risks associated with counterfeit items in defense procurement, aligning with broader government efforts to ensure integrity in military contracting processes.
    The Engineering Data List (EDL) outlines crucial details regarding a radar transmitter associated with the AN/TSQ-T10 system. Dated October 25, 2023, and marked as revision 4, the document identifies the manufacturer as Ogden Air Logistics Center under cage code 98747 and the relevant National Stock Number (NSN) as 5840016571845FD. It specifies the reference number 200927639-1 related to engineering drawings and accompanying documentation. The document indicates the standard engineering text provided, with release conditions for foreign entities contingent upon approval from the Foreign Disclosure Office. Multiple classification codes, including classified (C) and furnished with solicitation (S), are included to indicate the document's handling protocol. The Engineering Data List serves as a critical resource for tracking and managing engineering information related to government contracting, ensuring proper accessibility and compliance within military procurement processes. Overall, it reflects the government's dedicated approach to supporting defense readiness through stringent data management practices.
    The document outlines the manufacturing qualification requirements for the TRANSMITTER, RADAR used in the AN/TSQ-T10 Joint Threat Emitter (JTE), indicating necessary steps for potential suppliers to become qualified sources. It delineates the prequalification process, including notifying the government of intent to qualify and certifying access to required facilities and testing capabilities. Offerors must maintain a complete data package in compliance with prescribed specifications, undergo rigorous manufacturing and process verification, and submit detailed qualification test plans for approval. The estimated cost for qualification efforts is approximately $39,000, with a completion timeframe of around 180 days. Additionally, waiver criteria exist for sources that might qualify under certain conditions. Overall, these requirements reflect the government’s commitment to ensuring suppliers meet strict performance, environmental, and quality standards before awarding contracts.
    The September 2023 "Statement of Work" outlines the requirements for military packaging, preservation, and marking as per Department of Defense (DoD) standards. It mandates adherence to various military and international standards, including MIL-STD 2073-1 for military packaging and ASTM D3951 for commercial packaging. The document specifies the need for special packaging instructions when items fall under designated categories and highlights the procedures for handling hazardous materials in compliance with regulations like the International Air Transport Association (IATA) Dangerous Goods Regulation. It emphasizes the importance of proper labeling and marking during shipment, including the use of DD Form 1574 for serviceable materiel. The requirements for reusable containers are also detailed, emphasizing the maintenance and replacement of unserviceable shipping containers. Additionally, the submission protocols for Safety Data Sheets (SDS) related to hazardous materials and the use of the Special Packaging Instructions Retrieval & Exchange System (SPIRES) are outlined for contractors. This document serves as a comprehensive guide for contractors to ensure compliance with military standards in packaging, shipping, and handling materials, thereby supporting operational readiness within the DoD framework. It reflects the government's ongoing commitment to ensuring safety and efficiency in military logistics.
    This document outlines requirements related to wooden packaging materials (WPM) in compliance with United Nations standards, specifically aimed at preventing the spread of invasive species, such as the pinewood nematode. It states that all wooden pallets, lumber, and containers must be constructed from debarked wood and subjected to heat treatment at a specific temperature and duration. Certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC) is mandatory. The document includes detailed instructions and emphasizes adherence to the International Standards for Phytosanitary Measures (ISPM No. 15), which governs wood packaging in international trade. Additionally, it provides administrative guidelines for distribution, destruction, and cautionary notes for packaging requirements, indicating its relevance for federal and DOD contractors involved in logistics and environmental compliance. Overall, the document is critical for ensuring the integrity of shipments while mitigating potential ecological risks.
    The document outlines the government solicitation SPRHA5-25-R-0025 for various supplies and services related to search, detection, navigation, guidance, and aeronautical and nautical systems. Issued by DLA Aviation - Ogden, the solicitation encourages bids, particularly from small and veteran-owned businesses, with a requirement for early and partial deliveries at no additional cost. Central to the procurement is the Emphasis on on-time delivery improvement and supply chain traceability documentation. Interested parties must submit qualifications to become a qualified source, adhering to specific standards to ensure quality and compliance with the Buy American Act. The solicitation also details packaging and marking requirements, inspection standards, and clauses addressing contract administration, contractor responsibilities, and compliance with federal regulations. It prioritizes avoiding procurement from foreign sources linked to state sponsors of terrorism, emphasizing that only qualified domestic firms are eligible for contract awards. The contract is in line with federal procurement standards, ensuring transparency and fair competition within the required delivery schedules.
    Lifecycle
    Title
    Type
    JTE Transmitter
    Currently viewing
    Sources Sought
    Solicitation
    Similar Opportunities
    T-38 Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of the T-38 Rate of Flow Transmitter, specifically the TRU6A transmitter associated with National Stock Number (NSN) 6620-00-555-3991. This Sources Sought Synopsis aims to gather information on potential manufacturers capable of producing these spare components, assessing competition and identifying businesses that meet various classifications, including Small Business and Women-Owned Small Business. The initiative is part of the U.S. government's strategy to enhance sourcing and encourage diverse participation in defense contracting opportunities, although it is important to note that this is a market research effort and does not involve any funding at this stage. Interested parties are invited to submit their business information, including size classification and certifications, to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Buyer not available
    The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
    JTE COMPUTER SYSTEM, DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a specific digital computer system, identified by NSN 7010-01-705-5751. The procurement emphasizes firm fixed pricing for a single unit, adherence to quality assurance measures, and compliance with military specifications for inspection, packaging, and marking. This initiative is part of the Air Force's broader goal to enhance supply chain efficiency and ensure compliance with technical standards. Interested contractors should note that the deadline for submitting offers has been extended to March 14, 2025, and may contact Kody Quayle at kody.quayle@us.af.mil for further information.
    TRANSMITTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking competitive quotes for the procurement of transmitters, as outlined in the Request for Quotation (RFQ) SPRTA1-25-Q-0223. The RFQ specifies that the parts must be new, reconditioned, or used (overhauled), and all submissions must meet stringent quality standards, including testing and compliance with material specifications, with a minimum quantity requirement of 11 items for responsiveness. This procurement is critical for maintaining operational readiness and ensuring the availability of essential aircraft components, particularly for the T-38 aircraft. Interested vendors should direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or Dana Craun at dana.craun@us.af.mil, with the RFQ remaining open until March 21, 2025.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
    Transmitter, Pressure, [WSDC: 04F]. End Item: Aircraft, Stratofortress B-52 PR: 7003343369 NSN: 6620-006013885, IAW P/N: 4028T52P02 and P/N: 418-05044
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 108 units of a Pressure Transmitter, specifically for the Aircraft Stratofortress B-52, under NSN 6620-006013885. This solicitation is aimed at obtaining a firm fixed price contract, with the original equipment manufacturers identified as Ontic Engineering and Manufacturing and Meggitt (Orange County), Inc., both of which are approved sources for the required part numbers. The contract is significant for maintaining the operational capabilities of the B-52 aircraft, with a delivery schedule of 264 days after receipt of order. Interested vendors should note that the solicitation is expected to be issued around February 12, 2025, with proposals due by March 14, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil 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.
    Repair of Antenna Mast, NSN 5985015985631, for the JTE Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified vendors for the repair of an Antenna Mast (NSN 5985015985631) as part of the JTE Program. The procurement requires vendors to meet specific qualification criteria, including adherence to military standards for repair processes, submission of a qualification test plan, and compliance with packaging and marking requirements. This repair service is critical for maintaining operational readiness and functionality of military equipment. Interested parties must submit their qualifications by March 27, 2025, and can direct inquiries to Nick Standiford at nicholas.standiford@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL for further details.
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electronic amplifier identified by National Stock Number (NSN) 5996016610915, as part of the JTE Program. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and evaluation of the amplifier, which is a critical component with safety-critical designations. This opportunity underscores the importance of maintaining operational readiness for military applications, ensuring compliance with stringent quality and safety standards. Interested contractors should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, with proposals due by the specified deadline outlined in the solicitation documents.