Transmitter, Rate of
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 has issued a Solicitation (RFQ SPRTA1-26-Q-0274) for the procurement of a Transmitter, Rate of (NSN 6680-01-654-3837 KT). This opportunity is a Small Business Set-Aside. Offers are due by May 11, 2026.
Scope of Work
This solicitation is for new manufactured materiel, specifically a Transmitter, Rate of Sealed Unit. The unit is designed to be installed vertically in an oil reservoir and output a DC voltage signal proportional to the fluid height. The procurement includes an estimated quantity of 8 each, with a minimum of 2 and a maximum of 12 units.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business
- NAICS Code: 336413 (Size Standard: 1,250 employees)
- Estimated Quantity: 8 each (Minimum 2, Maximum 12)
- Delivery Requirement: By May 4, 2026
- Price Firmness: Offered prices must be held firm for 120 days
- Place of Performance: CA, 93063 (Ship-to: DLA Distribution Depot Oklahoma, Tinker AFB)
Key Requirements & Deliverables
- Quality Assurance: Compliance with ISO 9001-2015 standard.
- Unique Item Identification (UID): Required per DFARS 252.211.7003, with marking in accordance with MIL-STD-130. The UII must be clearly visible on the item.
- Packaging: Adherence to United Nations-implemented restrictions on Wood Packaging Material (WPM) (de-barked, heat-treated, certified). Packaging must comply with MIL-STD-2073-1E and marking with MIL-STD-129R. Additional marking requirements may apply per AFMC Form 158.
- Transportation: F.O.B. Origin, with specific FAR clauses (52.247-29, 52.247-53, 47.305-10) applicable. Shipping instructions for DCMA Administered contracts are available via the SIR eTool System.
- Manufacturing Sources: Must be approved per 14 CFR part 21.
Submission & Evaluation
Offers are to be submitted by the due date. Specific submission instructions for payment requests and receiving reports are via Wide Area Workflow (WAWF). Early or partial delivery is acceptable at no additional cost to the Government.
Contact Information
For inquiries, contact Debra Slasor at debra.slasor@us.af.mil or 405-999-5795.