Digitally Tuned Oscillator
ID: SPRWA1-25-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT WARNER ROBINS, GAROBINS A F B, GA, 31098-1813, USA

NAICS

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

PSC

OSCILLATORS AND PIEZOELECTRIC CRYSTALS (5955)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for a sole source follow-on contract for the procurement of Digitally Tuned Oscillators (DTO) from General Microwave Corporation. This Firm Fixed Price (FFP) Requirements type contract is anticipated to span up to five years, with a Best Estimated Quantity (BEQ) of 140 units, emphasizing compliance with federal quality assurance standards and packaging requirements. The solicitation encourages participation from small businesses and those owned by veterans or women, ensuring competitive opportunities while adhering to legal standards such as the Buy American Act. Interested vendors should direct inquiries to Terrence Wideman at terrence.wideman.2@us.af.mil or Roberto Martinez-Perez at roberto.martinez-perez@dla.mil, with proposals due as specified in the solicitation documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the packaging requirements for military procurement under Purchase Instrument Number FD20602500057-00, emphasizing compliance with United Nations regulations concerning wood packaging materials (WPM) to mitigate invasive species risks. Key guidelines dictate that all wooden materials used in packaging must be constructed from debarked wood, treated through heat procedures, and certified by accredited agencies recognized by the American Lumber Standards Committee. Specific packaging and preservation levels are specified, with additional instructions on reclaiming serviceable shipping containers for future use and disposing of unserviceable ones. The document reinforces adherence to MIL-STD-2073-1 for military packaging, and MIL-STD-129 for military marking, ensuring accurate labeling, including necessary serial numbers and OEM details as per AFMC Form 158. The Packaging Specialist responsible for this document is named Mario R. Carter, with contact information provided for further inquiries. The overall emphasis is on maintaining compliance with established military standards while ensuring environmentally responsible practices in packaging.
    The document outlines transportation data associated with the solicitation of federal purchases, specifically focusing on contract number FD20602500057-00, initiated on December 9, 2024. It contains essential details regarding shipping instructions, freight classification, and transportation provisions. The document emphasizes the necessity for vendors to contact the DCMA Transportation office for shipping guidance before moving any freight, particularly for different delivery terms such as FOB Origin and destination, to avoid incurring additional costs. It includes specific shipping instructions for items marked with National Stock Numbers (NSNs) and the designated shipping address at the Defense Distribution Depot in Warner Robins, GA. Key contact information is provided, including the name and phone number of the responsible government official for further inquiries. The document represents a structured approach to ensuring compliance with transportation logistics within federal contracts, underscoring proper procedures for effective execution of government solicitations.
    The referenced government file contains information about utilizing Adobe Reader to access a PDF portfolio effectively. Its purpose is to ensure that users can view the document in its intended format, emphasizing the necessity of using compatible software versions. The lack of substantive content in the provided text suggests that it serves primarily as a technical guideline rather than a substantive government request for proposals (RFP) or grant application. By focusing on software compatibility, the document aims to facilitate smoother interactions with federal grants, RFP submissions, and related government documents, promoting efficiency in accessing potentially critical funding opportunities and project proposals. The mention of Acrobat X and Adobe Reader X implies that the document may include complex formatting or multimedia elements that require proper viewing applications to ensure accessibility and clarity. This technical advisory aspect signifies the importance of digital accessibility in government communications, particularly in contexts where precise information is paramount for compliance and participation in government funding processes.
    The document outlines the pricing matrix for a government procurement solicitation (RFP SPRWA1-25-R-0004) related to the acquisition of a Digitally Tuned Oscillator and associated deliverables. The pricing structure includes estimates for various pricing periods ranging from 12 to 60 months after the award date. The matrix specifies line items for the main product (CLIN X001) along with required documents such as the Acceptance Test Report and Counterfeit Prevention Plan. The estimated quantities provided are labeled as Best Estimated Quantities (BEQ) and serve only as a guideline rather than minimum or maximum thresholds for bidders. The matrix includes unit prices for different quantity ranges, which remain consistent across all pricing periods. This file serves as a crucial element of RFP documentation, assisting vendors in preparing their bids and understanding the government’s expectations for both product delivery and supporting documentation. Overall, it emphasizes the commitment to quality assurance and regulatory compliance during the procurement process.
    The solicitation SPRWA1-25-R-0004 outlines a federal contract for the procurement of supplies and services related to various technological components, focusing on the acquisition of Digitally Tuned Oscillators (DTO). This contract is designated as an Indefinite Delivery/Requirements Contract, anticipated to last for up to five years, with a Best Estimated Quantity (BEQ) of 140 units over its lifespan. The document specifies that responses must adhere to defined guidelines, including compliance with federal quality assurance standards and packaging requirements. Significantly, the solicitation emphasizes inclusivity for participating businesses, allowing for set-asides for various categories, including small businesses and those owned by veterans or women, ensuring competitive opportunities. Proposals should reflect various pricing periods and be based on a Pricing Matrix included in the documentation. Integral to the framework are stipulations regarding inspection and delivery processes, with clear instructions on invoicing and payment procedures via Wide Area Workflow. The contract underscores the government’s commitment to fair and transparent procurement practices while adhering to legal standards, including the Buy American Act. Overall, this solicitation represents a structured approach to fulfilling government needs while ensuring small business participation and compliance with quality regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    59--OSCILLATOR,NONCRYST
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of non-crystal oscillators, specifically NSN 5955011807406, as part of a total small business set-aside opportunity. The procurement includes two lines: the first requires the delivery of 5 units to DLA Distribution Warner Robins within 446 days after order, and the second requires 1 unit to be delivered within 120 days after order. These oscillators are critical components used in various electrical and electronic equipment applications, underscoring their importance to defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    WAVEFORM GENERATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Waveform Generator. This contract requires the manufacturer to adhere to specific quality assurance and inspection standards, ensuring that the delivered items meet the necessary specifications and requirements outlined in the solicitation. The Waveform Generator is crucial for various defense applications, emphasizing the importance of reliability and compliance in its production. Interested vendors should contact James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL for further details, and they must be prepared to submit their proposals in accordance with the outlined requirements and deadlines.
    T-38 TRANSMITTER RATE OF, NSN: 6620-00-555-3991, PN: MILT26298
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 units of the 'TRANSMITTER, RATE OF' under Solicitation Number SPRTA126R0102. This opportunity is specifically set aside for small businesses within the Other Aircraft Parts and Auxiliary Equipment Manufacturing sector, as defined by NAICS code 336413, and requires compliance with various federal acquisition regulations. The goods are critical for aircraft operations, ensuring accurate performance metrics, and must be delivered to DLA Distribution Depot Oklahoma by March 1, 2028. Interested parties should submit their proposals electronically by January 5, 2026, at 3:00 PM, and can contact Kevin Howe at kevin.howe.1@us.af.mil for further information.
    58--DETECTOR,RADIO FREQUEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 58 radio frequency detectors, specifically NSN 5895012110211. The requirement includes the delivery of 56 units by April 11 and 1 unit by January 20 to DLA Distribution Warner Robins, highlighting the critical need for these components in defense operations. This procurement is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in the defense sector. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    ATTENUATOR, VARIABLE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price contract for Variable Attenuators (NSN: 5985-01-537-9249) specifically intended for the M-D6 Patriot Weapon System. The procurement is restricted to General Microwave Corporation, CAGE Code 11332, and includes requirements for a Contractor First Article Test (FAT) with a 30-day testing timeline, followed by government approval within another 30 days, after which production units are expected to be delivered within 90 days. Compliance with various standards, including IUID markings, Arms Export Control regulations, and MIL-STD 129 for packaging, is mandatory, along with adherence to ISO 9001:2015 and SAE AS5553 for counterfeit risk management. Interested offerors must have an active United States/Canada Joint Certification Program (JCP) certification to access the necessary export-controlled technical data, and they can reach out to Shonika McCreless or Mallory Medley via email for further inquiries.
    Transducer Switch A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    66--TRANSMITTER,POSITIO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 28 units of the Transmitter, Position (NSN 6610015538726). This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to fulfill specific requirements for navigation and guidance systems critical to defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with the expectation that quotes be submitted within the specified timeframe.
    66--TRANSMITTER,TEMPERA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the Transmitter, Temperature (NSN 6685016646504). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the Hardware Manufacturing industry (NAICS code 332510). The selected supplier will be responsible for delivering the specified equipment to DLA Distribution within 171 days after order, with the approved source being 02009 21700-8. Interested vendors must 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.