Indicator
ID: SPRHA5-25-R-0484Type: Solicitation
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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 3, 2025, 5:59 AM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of eight units of the Indicator Group (NSN: 5840-01-598-5782), which is critical for search, detection, navigation, and guidance systems. This procurement is restricted to qualified sources, specifically Southwest Research Institute and Lockheed Martin, with potential contractors required to submit a qualification package to become eligible. The selected suppliers must adhere to stringent manufacturing and packaging standards, including compliance with military specifications and international regulations, ensuring the integrity and safety of the items during transport. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further details regarding the qualification process and submission requirements.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 9:08 PM UTC
The DD Form 1423-1, published in February 2001, outlines the requirements for a Counterfeit Prevention Plan (CPP) that a contractor must submit within 30 days of contract award. The plan must adhere to specifications from section 3 of SAE AS5553 and will be evaluated by the government, which will provide feedback within 14 days of receipt. Contractors are given 7 days to re-submit any necessary revisions after receiving government comments. The document mandates electronic submission in MS Office (version 2016 or newer) or PDF format, directing submissions to a specified U.S. Air Force email address. The distribution of the document is restricted to the Department of Defense (DoD) and its contractors for administrative use, with special handling instructions to ensure confidentiality. The form includes various administrative details such as contract identifiers, frequency of submissions, and the responsible offices within the contracting process. This structured format is essential for managing government contracts and ensuring compliance with specific operational and documentation standards.
Apr 2, 2025, 9:08 PM UTC
The Engineering Data List, dated January 30, 2025, provides detailed specifications for the "MUTES" end item, manufactured by the Ogden Air Logistics Center. The document, prepared by data technician Jerry D. Hill, includes an array of engineering drawings and associated documentation referenced by their drawing numbers and revisions. Central to this list are various components such as indicator groups, cables, panels, and assemblies, which play vital roles in the system's functionality. Each entry is categorized with a CAGE code (98747), and the data indicates the necessity of engineering change orders (ECOs) for specific revisions. The document denotes classifications of the items included, highlighting the need for certain documents to be shared with contracting officers upon request. The summary emphasizes that this data is critical for understanding the technological configurations and meeting requirements outlined in federal RFPs and grant proposals. Overall, it serves as a comprehensive reference for engineers and contractors engaged in related defense projects, aiming for effective design and compliance with government standards.
Apr 2, 2025, 9:08 PM UTC
The Manufacturing Qualification Requirements document pertains to the qualification process for a specific military item, the Indicator Group (NSN: 5840-01-598-5782, P/N: 201027859-10), applicable to the AN/MST-T1A system. It details the necessary steps for an offeror to become a qualified source for this item, which includes notifying relevant government offices, certifying testing and manufacturing capabilities, and verifying compliance with various standards like ISO 9001:2015. Offerors must also develop a qualification test plan and submit a qualification article for evaluation. Additionally, potential costs for the qualification effort are estimated at $11,600, with a completion timeline of approximately 60 days. The document specifies that pre-qualified sources may apply for waivers under certain conditions, which allow for flexibility in the qualification process based on prior experience or certifications. Overall, the document serves to establish rigorous criteria for manufacturers, reinforcing the government's commitment to sourcing compliant and capable providers for defense-related manufacturing, while also offering a pathway for those seeking to navigate qualification waivers. The summary encapsulates essential requirements and is tailored to the context of government RFPs and grants.
Apr 2, 2025, 9:08 PM UTC
This Statement of Work outlines the preservation, packaging, and marking requirements for military packaging as mandated by various Department of Defense (DoD) standards and specifications. Key responsibilities for the offeror include compliance with military packaging standards (MIL-STD 2073-1, MIL-STD 129), statutory regulations concerning hazardous materials, and international phytosanitary standards (ISPM 15). The offeror must utilize a structured approach to military packaging, which includes using an item type storage code (ITSC) and preparing Special Packaging Instructions when necessary. The document emphasizes proper marking and labeling of materials during shipment, particularly for hazardous materials and electrostatic-sensitive devices, requiring adherence to numerous federal regulations and standards. It directs the contractor to use a specific system for reporting discrepancies in packaging, ensuring correct preparation and labeling are maintained throughout the process. Comprehensive guidance on reusable containers and reporting discrepancies is also included, underscoring the importance of maintaining high standards in the packaging and shipping of defense materials. In summary, the document serves to ensure that the offeror comprehensively understands and correctly implements rigorous packaging and shipping standards for military and hazardous materials while facilitating international trade compliance.
Apr 2, 2025, 9:08 PM UTC
The document outlines standards and procedures related to the packaging and shipping of government assets, particularly those governed by the 406 SCMS and GULAA-HILL AFB. It emphasizes the importance of maintaining asset integrity and details requirements for repackaging materials that comply with military standards (MIL-STD-2073-1), specifically for items subject to the most severe conditions, such as international deployments and security assistance. It stresses the necessity for Level A and Level B protective packaging depending on the specific circumstances of the items shipped. Significantly, the document also addresses compliance with international phytosanitary measures concerning wooden packaging materials (WPM). It specifies that all wooden packaging must be constructed from debarked wood and subjected to heat treatment to combat invasive species, thus ensuring safety during international trade. Certification from an accredited agency is required, reinforcing regulatory adherence. Overall, this document serves to establish clear guidelines for the proper packaging and certification of military assets, ensuring their protection during handling and transportation while adhering to both national and international standards.
Apr 2, 2025, 9:08 PM UTC
The document outlines the request for proposal (RFP) SPRHA5-25-R-0484 issued by the Defense Logistics Agency (DLA) Aviation - Ogden for the acquisition of specific supplies and services related to search, detection, navigation, guidance, and aeronautical needs. It specifies that the acquisition is open to qualified sources and includes requirements for contractors regarding supply chain traceability documentation and on-time delivery improvement. Contractors must ensure compliance with Military standards regarding packaging, marking, and quality assurance during inspections. Furthermore, the document sets guidelines for invoicing via the Wide Area Workflow (WAWF) system and details contract clauses, including those related to small business subcontracting and compliance with environmental regulations. The RFP aims to enhance the efficiency of military logistics while promoting accountability, quality, and adherence to regulatory standards within the procurement process. This comprehensive solicitation reflects the government’s focus on fostering competition while ensuring that all products meet quality and safety measures.
Apr 2, 2025, 9:08 PM UTC
Lifecycle
Title
Type
Indicator
Currently viewing
Solicitation
Sources Sought
Similar Opportunities
58--INDICATOR ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of nine units of the Indicator Assembly, identified by NSN 5895015191378. This solicitation, categorized under the NAICS code 334513, pertains to instruments and related products used for measuring, displaying, and controlling industrial process variables, which are critical for various defense applications. Interested vendors are invited to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 179 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
58--INDICATOR ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 13 units of the Indicator Assembly, identified by NSN 5895015191378. This solicitation, categorized under the NAICS code 334513, pertains to instruments and related products used for measuring, displaying, and controlling industrial process variables, which are critical for various defense applications. Interested vendors are invited to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 179 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
66--INDICATOR,RADIO FRE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 50 units of a Radio Frequency Indicator (NSN 7R-6625-015322877-V2). This procurement is classified under the PSC code 6625, which pertains to electrical and electronic properties measuring and testing instruments, and is subject to specific requirements for Critical Safety Items (CSI) as outlined in DFARS clause 252.209-7010. The items must be newly manufactured, with refurbished or repaired materials deemed unacceptable, and must be sourced from government-approved suppliers, necessitating the submission of authorized distributor letters for any distributors involved. Interested parties are encouraged to submit their proposals within 45 days of this notice, with the understanding that the government may choose to negotiate with only one source under FAR 6.302-1. For further inquiries, potential offerors can contact Michael Offenbacker at (215) 737-0466 or via email at michael.offenbacker@dla.mil.
FD2030-25-00311
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, has issued a special notice for the procurement of an Indicator, Angle, identified by National Stock Number (NSN) 6610-01-040-4430. The procurement involves the acquisition of a specific flight instrument, which is critical for navigation and guidance systems in various defense applications. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, potential bidders should contact the designated personnel as specified in the solicitation documentation.
58-INDICATOR ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 14 Indicator Assemblies intended for use in the B-2 Bomber aircraft. This Request for Proposal (RFP) specifies that Woodward, Inc. is the approved source for the required part number, and the procurement is classified as unrestricted with a definite quantity requirement. The components are critical application items, necessitating configuration control, and will be procured via FOB-origin, with inspection and acceptance occurring at the origin of shipment. Interested parties must submit their proposals in a physical format, as electronic submissions will not be accepted, and can access the solicitation document via the Defense Internet Bid Board System (DIBBS) starting April 25, 2025. For further inquiries, interested vendors may contact Virginia Rhodes at Virginia.Rhodes@dla.mil.
66--INDICATOR,LIQUID QU
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 71 units of the NSN 6680014447131, specifically an indicator for liquid quantity. This procurement is based on a source-controlled drawing, and only approved sources are eligible to submit quotes, ensuring compliance with the specified military standards and requirements. The items are critical for measuring and controlling industrial process variables, which are essential in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, with the solicitation available on the DLA's website. The delivery is expected within 245 days after order placement.
66--INDICATOR,MULTIPLE,
Buyer not available
The Defense Logistics Agency (DLA Aviation) is seeking quotes for the procurement of 18 units of the Multiple Indicator (NSN 6605014646081), as part of a Combined Synopsis/Solicitation. The delivery of these items is required at the DLA Distribution Depot in Oklahoma within 335 days after order placement, with the approved source being 13499 216-1019-030. This procurement is critical for ensuring the availability of essential instruments used in various defense applications. Interested vendors, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to DibbsBSM@dla.mil.
66--INDICATOR,POSITION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 10 units of the NSN 6610005303065 Indicator, Position. This solicitation is a Request for Quotation (RFQ) and aims to acquire specific instrumentation essential for navigation and guidance systems. The approved source for this procurement is identified as EA308-11, and the delivery is required at the DLA Distribution Depot in Oklahoma within 627 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
66--INDICATOR,SIGHT,LIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of an Indicator, Sight, Liquid (NSN 6680008620996). This procurement involves a single line item with a quantity of one, to be delivered to DLA Distribution San Diego within 171 days after order placement. The indicator is crucial for various applications in measuring and controlling devices, highlighting its importance in maintaining operational readiness and precision in defense operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
INDICATOR, LIQUID QU / NSN 1680-01-480-1770 / FA18 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the procurement of an Indicator, Liquid Quantity (NSN 1680-01-480-1770) specifically for the FA18 aircraft. The contract will cover a five-year base period with an estimated annual quantity of 44 units, which are critical components but not classified as Critical Safety Items. Interested contractors must submit a Source Approval Request (SAR) to be considered, as the DLA does not possess technical data for this part, and the OEM is Boeing. Proposals are due within 45 days of the notice, with the solicitation expected to be issued on May 1, 2025. For further inquiries, interested parties can contact Chris Rose at Christopher.Rose@dla.mil or Jeremy Prince at Jeremy.Prince@dla.mil.