RADOME
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 Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK is issuing a presolicitation for a three-year Multi-Year Contract (MYC) Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Radomes (NSN: 1560-01-449-6913FL / PN: 1001004-3) applicable to KC-135 aircraft. This acquisition is UNRESTRICTED. The approximate solicitation issue date is May 23, 2025, with offers due by June 27, 2025. An amendment has determined the product to be commercial.
Opportunity Details
This opportunity is for the manufacture and delivery of Radomes, which protect the radar package and provide a smooth aerodynamic surface for KC-135 aircraft. The contract contemplates a three-year MYC with estimated annual quantities of 117, 117, and 116 units respectively, with deliveries of 10 units per month beginning March 30, 2026. The Radome dimensions are approximately 79.8 IN Length / 68.1 IN Width / 61.3 IN Height, weighing 375 LB.
Contract & Deliverables
- Contract Type: Firm Fixed Price, IDIQ, three-year MYC.
- Minimum Order Quantity: 88 EA.
- Maximum Order Quantity: 350 EA.
- Total Contract Maximum Quantity: 525 EA.
- Key Deliverables:
- CLIN 0001: Radomes (NSN: 1560-01-449-6913FL / PN: 1001004-3).
- CLIN 0002: First Article Exhibit (1 EA), due 180 days after award.
- CLIN 0003: First Article Test Report (1 LT), due 180 days after award.
- CLIN 0004: Certificate of Compliance (1 LT), due 180 days after award.
- CLIN 0005: Material Certificate (1 LT), due 180 days after award.
Key Requirements
- Qualification: Due to complexity, only manufacturers who have successfully completed all testing required by the original design company or on similar items determined by the Government can be considered approved sources. Nordam (Cage: 0XF59) is a current qualified source.
- Quality Assurance: Contractors must comply with AS9100 quality standards.
- Identification: IUID (Item Unique Identification) is required.
- Documentation: Required data items include a First Article Inspection Test Report (AS9102 format or equivalent), Certificate of Compliance (DI-MISC-81356A), and Certification Data for Material (DI-MISC-81356A).
- Packaging: Adherence to MIL-STD-2073-1 for military packaging, MIL-STD-129 for shipping/storage markings, and United Nations Wood Packaging Material (WPM) compliance (heat treatment and certification) is mandatory.
Submission & Evaluation
- Solicitation Issue Date (Approx.): May 23, 2025.
- Response Date: June 27, 2025, at 3:00 PM.
- Anticipated Award Date: December 31, 2025.
- Offerors must submit a Capability Assessment Plan detailing delivery schedules and potential acceleration. Pricing is not required with the CAP but will be negotiated if a surge option is exercised.
- Proposals received within 45 days of the synopsis publication will be considered. The Government reserves the right to determine whether to conduct a competitive procurement.
Important Notes
- This item has been determined to be a commercial product as per a recent amendment.
- Interested parties may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice.
- An Ombudsman is available for concerns during the proposal development phase at (405) 855-3552.
- Specifications, plans, or drawings are incomplete or unavailable from the Government.
- Primary Contact: Clifford Dockter (clifford.dockter@us.af.mil, 3855912762).