RECEIVER TRANSMITTER
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 for Receiver Transmitters (NSN 5821-01-687-1120), specifically 14 units of PN: 822-3615-001, to serve as spares for the B-2 aircraft. This is an Unrestricted, Firm Fixed Price acquisition. Proposals are due January 28, 2026, at 11:59 PM EST.
Scope of Work
This opportunity is for the procurement of 14 Receiver Transmitters, which provide two-way voice communication between host vehicles and other vehicles or surface stations. The item is described as a metal alloy with electronic components, with specific dimensions (Length 36.50”, Width 26.50”, Height 19.00”, Weight 0.955 lbs) and is an end item for the B-2 aircraft.
Key Requirements
- Item: Receiver Transmitter, HF REC/XMITTER, RT-1598/ARC-211 (NSN: 5821-01-687-1120 FW, PN: 822-3615-001)
- Quantity: 14 Each (Line Item 0001)
- Application: B-2 aircraft
- Qualification Requirements: Exist
- Unique Identification (UID): Required
- Quality Assurance: Higher Level Contract Quality Requirements apply, requiring compliance with ISO 9001-2015
- Inspection: Origin inspection and acceptance required
- Packaging & Marking: Must comply with MIL-STD-2073-1 and MIL-STD-129, including specific instructions for ESD, reusable containers, and hardness critical items.
Contract & Timeline
- Type: Firm Fixed Price (RFP# SPRTA1-26-R-0134)
- Set-Aside: Unrestricted (Not set aside)
- NAICS Code: 336413 (Size Standard: 1,250 employees)
- Issue Date: December 26, 2025
- Proposal Due: January 28, 2026, 11:59 PM EST
- Required Delivery: On or Before December 30, 2028
- Anticipated Award: 90 days after notice issuance
Evaluation & Submission
This acquisition is justified under 10 U.S.C. 2304(c)(1) and FAR 6.302 as being available from only one or a limited number of responsible sources. While not a request for competition, all proposals received within 45 days of the synopsis publication will be considered. Award decisions may be based on a combination of price and past performance factors. The Government does not own the data or rights needed to manufacture this item; interested firms are encouraged to contact the OEM, Rockwell Collins, Inc. (CAGE 0EFD0). Electronic procedures will be used for this solicitation, with documents available for download only at sam.gov.
Contact
Questions can be directed to Michael Hannan at michael.hannan.1@us.af.mil. An Ombudsman is available at (405) 855-3552 for offeror concerns.