FD20302600846 NSN:6685-01-560-2953JU
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force (USAF) is conducting market research via a Sources Sought Synopsis (SSS) to identify potential manufacturers for a TRANSMITTER, TEMPERA (NSN: 6685-01-560-2953JU, P/N: 07482/1960M40P08) for the F118 engine. This effort aims to determine if the requirement can be competitively procured or designated as a Small Business Set-Aside. Responses are due by January 26, 2026.
Purpose & Scope
This SSS, issued by the 421st Supply Chain Management Squadron at Tinker Air Force Base, is for informational and planning purposes only; it is not a Request for Proposal and will not result in a contract award. The government possesses the necessary technical data for this new spares procurement, which has an estimated requirement date of May 14, 2028, and does not involve repair.
Key Requirements
The USAF seeks contractors capable of furnishing all required labor, material, facilities, and equipment to manufacture, test, preserve, package, and deliver a completely serviceable unit. This includes capabilities in:
- Procurement and manufacture of component parts.
- Inspection, testing, preservation, and packaging.
- Supply chain management, logistics planning, and forecasting production requirements.
- Managing long-lead time parts and addressing diminishing manufacturing sources (DMS).
- Shipping serviceable assets.
Technical Data & Source Approval
Potential sources must complete a Source Approval Request (SAR) package for approval determination by the Oklahoma City Small Business Office. Qualification requirements exist and are available on SAM.gov. Companies must have manufactured the subject or a similar item within the past 36 months for an Original Equipment Manufacturer (OEM) or the Department of Defense, in accordance with available technical data. Requests for Engineering Drawings should be submitted via Excel spreadsheet to ocalc.lgldo.public@us.af.mil. SAR packages are submitted electronically via DoD SAFE.
Response Details
The government is interested in all business sizes, including Large Business, Small Business, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. Interested parties should respond by January 26, 2026, via email to 421SCMS.Workflow@us.af.mil, including the Purchase Request Number (FD20302600846) in the subject line. Submissions should include:
- Company Name and Address, CAGE Code, DUNS Number.
- Company business size by NAICS code (336412, size standard 1,000 employees) and Small Business Type(s).
- Point of Contact, telephone, fax, and email.
- Web Page URL.
- Teaming Partners (if applicable), delineating work between prime and partners.
- OEM License/Agreement/Manual.
- Documentation supporting capability to meet requirements.
- Any recommendations and/or concerns.
Contact Information
For responses: 421SCMS.Workflow@us.af.mil For questions regarding SAR process: afsc.sb.workflow@us.af.mil For questions regarding the SSS: dlaaviation.aob.sourcessought@us.af.mil