TRANSMITTER, RATE OF FLOW
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 Department of Defense, Defense Logistics Agency (DLA Aviation at Oklahoma City, OK) is soliciting proposals for Rate of Flow Transmitters (NSNs: 6620-01-167-0874, 6620-01-247-7655, 6620-01-020-1722) for the F-16 aircraft. This is a non-set-aside acquisition, and the solicitation due date has been extended multiple times, most recently beyond March 30, 2026. Refer to the official solicitation for the current deadline.
Scope of Work
This opportunity, RFP SPRTA1-25-R-0372, is for the procurement of TRANSMITTER, RATE OF FLOW spares. These transmitters measure engine fuel flow and send a proportional signal to the indicator for display in pounds per hour. Key specifications include dimensions of 11.2" L x 4.3" W x 4.3" T, a weight of 7.0 lbs, and material content including bolts, nuts, washers, electrical motor, sychro, capacitor, and connectors. The requirement is for a total of 131 Each (with a range of 33 to 197 Each) for Line Item 0001, to be delivered to SW3211 on or before October 18, 2026. The items must be "NEW MANUFACTURED MATERIAL" and require Item Unique Identification (IUID) marking. Packaging requirements are detailed in AFMC Form 158 and Special Packaging Instruction (SPI) 98748, noting the item contains residual fuel and is considered hazardous material.
Contract Details
This is a Solicitation (RFP) issued under the authority of 10 U.S.C. 2304(c)(1), indicating a single or limited number of responsible sources. The Government does not own the data or rights needed to manufacture this item and encourages firms to contact the OEM (Parker-Hannifin Corporation, CAGE 59211). Awardees must be listed on the Qualified Products Database at the time of award. This acquisition is not set aside.
Submission & Evaluation
Proposals will be evaluated based on "Price or Cost" (Factor 01) and "Technical" (Factor 02), with "Price or Cost" being more important. All other evaluation factors are "Significantly Less Important than Cost or Price." Offerors must hold prices firm for 180 days. While this is not a request for competition, proposals received within 45 days of the synopsis publication will be considered. Electronic procedures will be used, and the solicitation will be available for download only at www.sam.gov. An Ombudsman is available for concerns at (405) 855-3552.
Additional Notes
The Government's obligation is contingent upon the availability of appropriated funds. Foreign-owned firms should contact the contracting officer regarding restrictions. Interested persons may identify their capability to satisfy the requirement with a commercial item within 15 days of the notice. The anticipated award date is 90 days after the issuance of this notice.