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 Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, on behalf of the Department of Defense, is soliciting proposals for Rate of Flow Transmitters (NSN: 6620-01-167-0874, PN: TRU63/A3, 150-022-002, 8TJ62GBZ3). These critical F-16 aircraft components measure engine fuel flow. This acquisition is not set aside. Proposals are due by May 1, 2026.
Scope of Work & Requirements
This solicitation, RFP SPRTA1-25-R-0372, seeks 131 each (with a range of 33-197 each) of new manufactured Rate of Flow Transmitters. These devices measure engine fuel flow and transmit signals to indicators. Key requirements include:
- Application: F-16 aircraft.
- Delivery: On or before October 18, 2026, to destination SW3211. Early or partial delivery is acceptable.
- Item Unique Identification (IUID): Required.
- Packaging: Specific requirements detailed in AFMC Form 158 and Special Packaging Instruction (SPI) 98748. The item contains residual fuel and is considered hazardous material, requiring specific packing procedures.
- Qualification: Awardee must be listed on the Qualified Products Database at the time of award. Parker-Hannifin Corporation (CAGE 59211) is identified as a qualified source.
Contract Details
- Contract Type: Request for Proposal (RFP).
- Set-Aside: This acquisition is not set aside.
- Authority: The procurement is justified under 10 U.S.C. 2304(c)(1) for limited sources, as the Government does not own the data or rights needed for manufacturing. Firms are encouraged to contact the OEM for data.
- Commercial Items: Based on market research, the Government is not using Part 12 (Acquisition of Commercial Items). However, interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of the original notice.
- Funding: Government's obligation is contingent upon the availability of appropriated funds.
Submission & Evaluation
- Evaluation Factors: Proposals will be evaluated based on "Price or Cost" (Factor 01) and "Technical" (Factor 02). "Price or Cost" is considered more important, with other factors "Significantly Less Important than Cost or Price."
- Proposal Validity: Offerors must hold prices firm for 180 days.
- Submission: Electronic procedures will be used; hard copies will not be sent. The solicitation is available for download at www.sam.gov.
Key Dates & Contact
- Solicitation Issue Date: August 28, 2025.
- Proposal Due Date: May 1, 2026, 04:59 AM UTC. This date has been extended multiple times via amendments, with the latest amendment posted on March 30, 2026.
- Contact: Questions should be directed to Michael Hannan at michael.hannan.1@us.af.mil or (405) 855-7126.
Additional Notes
An Ombudsman is available to hear concerns from offerors at (405) 855-3552. Foreign-owned firms should contact the contracting officer regarding potential restrictions. This notice is not a request for competition, but proposals received within 45 days of the original synopsis publication will be considered.