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 is soliciting proposals for a three-year Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for RADOME (NSN: 1560-01-449-6913FL / PN: 1001004-3) for KC-135 aircraft. While initially identified as a sole-source intent, this acquisition is UNRESTRICTED, and the Government will consider all proposals received. Offers are due by June 27, 2025.
Opportunity Overview
This solicitation, SPRTA1-25-R-0338, is for the procurement of new manufactured Radomes, which protect the radar package and provide a smooth aerodynamic surface for KC-135 aircraft. The estimated annual quantities are 117 EA for the first year, 117 EA for the second year, and 116 EA for the third year. Deliveries are required at 10 EA per month, commencing March 30, 2026. The Radome dimensions are approximately 79.8 IN Length, 68.1 IN Width, 61.3 IN Height, and 375 LB Weight.
Contract Details
The contract is a Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) with a three-year (36-month) period of performance. The minimum contract quantity is 117 EA (met upon first order), with a minimum order quantity of 88 EA and a maximum order quantity of 350 EA. The total contract maximum quantity is 525 EA. Offerors must hold prices firm for 120 days. The acquisition is under NAICS code 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing) with a 1,250-employee size standard.
Submission & Eligibility
Offers are due by June 27, 2025, at 3:00 PM CT. Although the synopsis indicated a sole-source intent due to the complexity and criticality of the part, the solicitation explicitly states this acquisition is UNRESTRICTED. The Government will consider proposals from all interested parties. Qualified sources must have successfully completed all testing required by the original design company or similar items. Interested persons may identify their capability to satisfy the requirement with a commercial item within 15 days of the original notice. A First Article (FA) is required, including a Fit Check, Test Report, Certificate of Compliance, and Material Certification, which must be manufactured at the offeror's facilities. Contractors must submit a Capability Assessment Plan with their proposal. Compliance with AS9100 quality assurance standards and IUID (Item Unique Identification) is mandatory.
Required Deliverables & Documentation
Key deliverables include a First Article Inspection Test Report (Data Item A001), Certificate of Compliance (Data Item A002), and Certification Data for Material (Data Item A003). Packaging requirements adhere to MIL-STD-129 and MIL-STD-2073-1, with specific instructions for the RADOME KC-135. Transportation data (DD Form 1653) outlines shipping terms and multiple "Ship To" locations, with First Article shipping instructions to Tinker AFB, OK.
Key Dates & Contacts
- Solicitation Issue (Approx.): May 23, 2025
- Offers Due: June 27, 2025, 3:00 PM CT
- Anticipated Award: December 31, 2025
- Primary Contact: Clifford Dockter (clifford.dockter@us.af.mil, 385-591-2762)
- Secondary Contact: Ryan Newton (ryan.newton.4@us.af.mil, 405-855-3545)
- Ombudsman: (405) 855-3552 (for concerns, not solicitation requests)