Signal Generator
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 Ogden, UT is soliciting quotations for one Signal Generator (NSN: 6625-01-556-6943 WF) for the F-16 AIS Test Station. This acquisition is restricted to approved sources, specifically Keysight (CAGE 7ZXR5), and is not a small business set-aside. Quotations are due by March 13, 2026.
Scope of Work
This Request for Quotation (RFQ) is for the procurement of a Signal Generator (Item 0001) and a Not Separately Priced (NSP) item (Item 0002). The Signal Generator, identified as Part Number E8257D OPT 520,1ED,1CP, requires Item Unique Identification (IUID) and certifications traceable to the sole source OEM, Keysight Technologies, Inc. Offerors must adhere to specific engineering data requirements, with no deviations or substitutions authorized without prior approval.
Key requirements include:
- On-Time Delivery (OTD) Improvement Initiative: Offerors must propose an achievable delivery schedule based on their internal Production Lead Time (PLT) review, aligning with the government's Required Delivery Schedule (RDS).
- Packaging and Marking: Strict compliance with MIL-STD-130, MIL-STD-129, ASTM-D-3951, MIL-STD 2073-1, and other DoD standards for preservation, packaging, and marking, including for electrostatic discharge (ESD) sensitive materials and hazardous materials.
- Counterfeit Prevention Plan (CPP): A mandatory Contract Data Requirements List (CDRL A001) deliverable, due NLT 30 calendar days after contract award.
- Supply Chain Traceability: Contractors must retain documentation for supply chain traceability.
- Inspection and Acceptance: Item 0001 will be inspected and accepted at Origin, while Item 0002 will be at Destination.
Contract Details
- Contract Type: Firm Fixed Price for Item 0001.
- Set-Aside: Restricted to approved sources; not a small business set-aside.
- NAICS Code: 334515
- Size Standard: 750 employees.
- Prices Firm: Offered prices must be held firm for 120 days.
Submission & Evaluation
- RFQ Due Date: March 13, 2026.
- Submission Instructions: Quotations must be submitted to the issuing office by the close of business on the due date.
- Evaluation Criteria: Price or Cost is the primary evaluation factor (Order of Importance 01), with all other evaluation factors combined being significantly less important.
Contact Information
- Primary Contact: scottina malia (scottina.malia@us.af.mil)