Search Contract Opportunities

TRANSMITTER, RATE OF FLOW   2

ID: SPRTA1-25-R-0372 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Synopsis

PR: FD2030-25-01237

1. Estimated issue date and estimated closing/response date:

Issue: Aug 28, 2025

Closes: Sep 29, 2025

2. RFP: SPRTA1-25-R-0372

3. Service/Spare/Repair/OH: Spares

4. AMC: 1/T

5. Nomenclature/Noun: RATE OF FLOW TRANSMITTER

6. NSNs: 6620-01-167-0874, 6620-01-247-7655, 6620-01-020-1722

7. PN: TRU63/A3, 150-022-002, 8TJ62GBZ3

8. History: 6 Dec 2023, 105 each, Parker-Hannifin Corporation (59211)

9. Description/Function: Measures the rate of engine fuel flow and then sends a signal directly proportional to the rate of fuel flow, to the indicator for display in pounds per hour. DIMENTIONS, 11.2 INCH LONG BY 4.3 INCH WIDE BY 4.3 INCH TALL. WEIGHT: 7.0 LBS: MATERIAL CONTENT, bolts, nuts, washers, electrical motor, sychro, capacitor, connectors

10. Total Line-Item Quantity: L/I 0001 131 Each (Range: 33 EACH - 197 EACH)

11. Application (Engine or Aircraft): F-16

12. Destination: L/I 0001 Ship to SW3211

13. Required Delivery: L/I 0001 Ship To SW3211, On or Before 18 OCT 2026

14. Qualification Requirements: Awardee must be listed on the Qualified Products Database at time of award.

15. Export Control Requirements: No

16. UID: Note to Contractor: UID requirements will apply

17. Qualified Sources: Parker-Hannifin Corporation (CAGE 59211)

18. Set-aside: This acquisition will not be set aside

19. Mandatory Language:

The Government does not own the data or the rights to the data needed to manufacture this item. Firms interested in participating in this procurement are encouraged to contact the OEM to inquire about the data or rights to the data.

In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.

It is suggested that small business firms or others interested in subcontracting opportunities in connection with the procurement described make contract with the firms listed.

This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the supplies or services described. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer

Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov.

Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.

This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3552. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Request for written quotation will be issued. Only written or faxed requests received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

20. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Michael Hannan at micahel.hannan.1@us.af.mil.

Overview

Response Deadline
Aug. 18, 2025, 12:59 a.m. EDT Past Due
Posted
Aug. 12, 2025, 11:47 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
52%
On 8/12/25 DLA Aviation issued Presolicitation SPRTA1-25-R-0372 for TRANSMITTER, RATE OF FLOW due 8/18/25. The opportunity was issued full & open with NAICS 336413 and PSC 6620.

NATO Stock Number

Details for included NSNs

Item Name
TRANSMITTER, RATE OF FLOW
NIIN
010201722
Standard Unit Price (DLA)
$32,436.40

Item Name
TRANSMITTER, RATE OF FLOW
NIIN
012477655
Standard Unit Price (DLA)
$32,436.40

Item Name
TRANSMITTER, RATE OF FLOW
NIIN
011670874
Standard Unit Price (DLA)
$32,436.40
Primary Contact
Name
Michael Hannan   Profile
Phone
(405) 855-7126

Documents

Posted documents for Presolicitation SPRTA1-25-R-0372

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Presolicitation SPRTA1-25-R-0372

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPRTA1-25-R-0372

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPRTA1-25-R-0372

Experts for TRANSMITTER, RATE OF FLOW

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION OKLAHOMA CITY > DLA AVIATION AT OKLAHOMA CITY, OK
FPDS Organization Code
97AS-SPRTA1
Source Organization Code
500042969
Last Updated
Aug. 12, 2025
Last Updated By
michael.hannan.1@us.af.mil
Archive Date
Aug. 31, 2026