TRANSMITTER,ANGLE O
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 has issued a Request for Quotation (RFQ) for a TRANSMITTER, ANGLE O F-16 (NSN: 6610-01-253-1449 WF). This acquisition is restricted to qualified sources and is not a small business set-aside. An amendment requires bidders to propose achievable delivery schedules and provide range pricing for varying quantities. Quotations are due by April 2, 2026.
Scope of Work
This solicitation seeks one unit of the "TRANSMITTER, ANGLE O F-16" from manufacturer 81755, part number 16VC034-1. The government intends to purchase a total of one unit for Foreign Military Sales (FMS Case: LO-D-QAF) but requests range pricing for quantity brackets: 1-2 EA, 3-4 EA, 5-10 EA, 11-15 EA, and 16+ EA, with award based on the total quantity needed at that time.
Key Requirements
Bidders must comply with ISO 9001-2015 quality standards, provide IUID and MIL-STD-130 markings, and ensure F.O.B. Origin transportation. Supply chain traceability documentation, including manufacturer, part number, CAGE code, and intermediaries, must be retained for ten years. Packaging and marking must adhere to MIL-STD-129, ASTM-D-3951, and ISPM 15 for wood packaging material. NIST SP 800-171 DoD Assessment Requirements apply. An Engineering Data List (EDL) specifies required technical documentation. The Statement of Work (SOW) details extensive military packaging standards, including MIL-STD 2073-1, and requirements for hazardous materials and electrostatic sensitive items.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Not a small business set-aside; restricted to qualified sources (81755, 98810).
- NAICS: 334511 (Size Standard: 1,350 employees)
- Offer Firm Period: 120 days
- Delivery: Required by 30 MAR 2028; early delivery is acceptable.
Submission & Evaluation
Quotations must be submitted to the issuing office by April 2, 2026, 8:00 PM ET. The primary evaluation factor is Price or Cost, with award based on the total quantities needed at the time of award, evaluating competitive proposals on the needed quantity price range. Bidders must acknowledge the amendment, propose achievable delivery schedules, and provide the requested range pricing.
Additional Notes
Electronic invoicing and receiving reports are required via WAWF. Inquiries regarding packaging standards can be directed to AFSC (406 SCMS/GULAA).