INDICATOR, LIQUID QU

SOL #: SPRTA1-25-R-0299Pre-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

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments (6680)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 24, 2025
2
Last Updated
Jun 3, 2025
3
Response Deadline
May 12, 2025, 4:59 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: 5/12/2025
             Closes: 6/11/2025

2.  RFQ#: SPRTA1-25-R-0299; PR: FD2030-25-00954.
3.  Service/Spare/Repair/OH: Spares.

4.  AMC: 3/P.

5.  Nomenclature/Noun: INDICATOR,LIQUID QU .  

6.  NSN: 6680-01-018-3998.

7.  PN: 4006240.

8.  History:  SPRTA116P0111 17 AUG 2016 QTY 2, GMS International Corp., Cage: 0JGJ8

9.  Description/Function: DIM: L= 3.5 in; W= 1.9375 in; H=1.9375 in; WT= 0.40 (LB). Material: Comprised of a metallic and glass indicator housing assembly, dial assembly, mounting plate assembly, mechanical assembly, and various electronic components. Function: Displays the volume of liquid remaining in the hydraulic tank. 

10. Total Line Item Quantity: L/I 0001: BEQ: 55 EA. (Minimum: 14, Maximum: 83)

11.  Application (Aircrafts): E-3

12.  Destination:  L/I 0001: SW3211; MARK For: ACCT 09.

13.  Required Delivery:  L/I 0001: Delivery Number 1 through 167: Deliver 55 unit(s), on 18 APR 2026. Early delivery is acceptable

14.  Qualification Requirements: NA. 

15.  Export Control Requirements: No. 

16.  IUID: IUID requirements will apply. 

17.  Qualified Sources: Simmonds Precision Products Inc.; Cage: 89305

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.fbo.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 (405) 734-8241. 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, Genevee Suba, genevee.suba@us.af.mil. 


 

People

Points of Contact

Genevee SubaPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Jun 3, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 24, 2025
INDICATOR, LIQUID QU | GovScope