Indicator, Electrical Tachometer

SOL #: SPRTA1-26-R-0135Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OKLAHOMA CITY, OK
TINKER AFB, OK, 73145-3070, United States

Place of Performance

Tinker AFB, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Engine Instruments (6620)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Response Deadline
Dec 30, 2025, 5:59 AM

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.

1. Estimated issue date and estimated closing/response date:


Issue: 29 DEC 2025
Closes: 28 JAN 2026


2. RFP#: SPRTA1-26-R-0135; PR: FD2030-25-01960


3. Service/Spare/Repair/OH: AF SPARES.


4. AMC: 1/C.


5. Nomenclature/Noun: Indicator, Electrical Tachometer


6. NSN: 6620-01-321-6819.


7. PN: 158176-1 PN: 8DJ215WBS1


8. History: 21 May 2019; OCEAN AIR DEFENSE, LLC; Cage: 7WYG3


9. Description/Function: DIM: L= 7.0000 in; W= 2.5000 in; H= 2.5000 in; WT= 2.5000 (LB). Material: nuts, bolts, washers, motor, screws, glass, pointer, gears. Function: Displays the revolution per minute of the engine shaft in term of RPM percent (Scale 0 to 110 %). OEM: Ultra Electronics, Inc.


10. Total Line-Item Quantity: L/I 0001: 24 EA; Minimum 6 each and Maximum 36 each.


11. Application (Aircraft): F-16.


12. Destination: L/I 0001: SW3211.


13. Required Delivery: L/I 0001: Delivery Number 1: 24 EA on 30 OCT 2025. Early delivery is acceptable


14. Qualification Requirements: Do not exist.


15. Export Control Requirements: No.


16. IUID: IUID requirements will apply.


17. Qualified Sources: Undersea Sensor Systems Inc; Cage:50027. Ametek Inc; Cage:97424


18. Set-aside: N/A.


19. Mandatory Language:
In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.


Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.


Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.


Electronic procedures will be used for this solicitation. The solicitation will be available for
download only at www.SAM.gov.


Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only
one or a limited number of responsible source(s) and no other type of supplies or services will
satisfy agency requirements. The proposed contract action is for supplies and services for which the
Government intends to solicit and negotiate with only one, or a limited number of sources under
the authority of FAR 6.302.


This notice of intent is not a request for competition. However, all proposals received within 45
days (30 days if award is issued under an existing basic ordering agreement) after date of
publication of this synopsis will be considered by the Government. A determination by the
Government not to compete this proposed contract based upon responses to this notice is solely
within the discretion of the Government. Information received will normally be considered solely
for the purpose of determining whether to conduct a competitive procurement.
Note: While price will be a significant factor in the evaluation of offers, the final contract award
decision may be based upon a combination of price and past performance factors as detailed in the
solicitation.


Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors
during the proposal development phase of this acquisition. The purpose of the Ombudsman is not
to diminish the authority of the program director or contracting officer, but to communicate
contractor concerns, issues, disagreements and recommendations to the appropriate government
personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of
the concern. The Ombudsman does not participate in the evaluation of proposals or in the source
selection process. Interested parties are invited to call the Ombudsman at (385)-591-1672. DO NOT
CALL THIS NUMBER FOR SOLICITATION REQUESTS.


Request for written proposal will be issued. Only written or faxed request received directly from
the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this
notice.


20. Buyer’s Contact Information: Questions concerning this synopsis or subsequent solicitation can be
directed to the buyer, Artemio Herrera, 385-591-0039, artemio.herrera@us.af.mil.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 12, 2025
Indicator, Electrical Tachometer | GovScope