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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Indicator
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    FD2030-25-00311
    Dept Of Defense
    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.
    66--INDICATOR,MULTIPLE,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 72 units of the NSN 6605014632212, a multiple indicator. This procurement 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 four orders per year and a guaranteed minimum quantity of seven. 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 supporting military logistics and operations. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    66--INDICATOR,MULTIPLE,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 59 units of the NSN 6605014655229, a multiple indicator. This procurement 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 four orders per year and a guaranteed minimum quantity of five. 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 should submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    FD2030-25-01839
    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 electrical indicator, specifically NSN 6620-01-321-6819. The requirement includes the provision of the item as per the top drawing 16VF003-31, with the latest revision dated July 15, 2021. This electrical indicator is crucial for various applications within the defense sector, ensuring accurate measurements and operational reliability. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    66--INDICATOR,OVERPRESS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 24 units of the NSN 6685010487709, an Overpressure Indicator, with an additional single unit required for delivery. These instruments are critical for measuring and controlling industrial process variables, ensuring operational safety and efficiency. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit their quotes electronically by the specified deadlines, with deliveries expected at DLA Distribution Depot Hill within 210 and 30 days, respectively. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    66--INDICATOR PRESSURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 26 units of Indicator Pressure (NSN 6685015651292). This solicitation, classified under the NAICS code 334513, pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables, which are critical for various defense applications. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be received in a timely manner. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and the delivery is expected within 169 days after order placement.
    66--INDICATOR,TEMPERATU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 18 units of the Indicator, Temperature (NSN 6685016932898). 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 seven orders per year and a guaranteed minimum quantity of one. The indicators are crucial for measuring and controlling industrial process variables, and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    62--LIGHT,INDICATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 12 units of the NSN 6210008272102 LIGHT, INDICATOR, which is a source-controlled drawing item. The items must conform to the specifications outlined in the solicitation, and approved sources for this procurement include specific manufacturers identified by their codes. These lighting fixtures are critical for various military applications, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Receiver, Indicator [WSDC: JDN] End Item: Arleigh Burke Class DDG PR: 7014491639; NSN: 6680-013169400 IAW P/N: 73700-0100
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of the Receiver, Indicator (Part Number: 73700-0100), which is classified under NSN: 6680-013169400. This opportunity involves the new manufacture of the item, including labor, materials, inspection, testing, and logistics management, with an estimated requirement of 115 units. The goods are critical for the Arleigh Burke Class DDG, highlighting their importance in naval operations. Interested parties must submit their capability statements by 3:00 PM EST on December 15, 2025, to Melinda.Johnson@dla.mil, as this is a sources sought notice and not a request for proposals.
    New Manufacture: NSN 6680-01-040-5979RK / PN 8DJ130LWT1 / Indicator, Liquid, Qu
    Dept Of Defense
    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.