Opportunity
SAM #SPRTA1-26-R-0217
Procurement of Transmitter, Tempera for F118 Aircraft by DLA Aviation at Oklahoma City
DLA AVIATION AT OKLAHOMA CITY, OK
March 24, 2026
May 21, 2026
SPRTA1-26-R-0217
336412, 336413, 334419, 334511
DLA Aviation at Oklahoma City is seeking proposals for the supply of Transmitter, Tempera units for F118 aircraft. - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Oklahoma City - Contracting office located at Tinker Air Force Base, Oklahoma - OEMs and Vendors: - Rosemount Aerospace Inc (OEM) - General Electric Company (OEM) - Products Requested: - Transmitter, Tempera (NSN 6685-01-560-2953JU) - Part numbers: 1960M40P08 or 0704AP8 - Estimated quantity: 26 units - Minimum quantity: 7 units - Maximum quantity: 39 units - Accessory for engine performance; measures exhaust gas temperature (EGT) in F118 aircraft - Dimensions: 20 in. x 3.5 in. x 2.5 in.; Weight: 2.5 lbs - Unique or Notable Requirements: - Item is classified as a Critical Safety Item (CSI) - Item Unique Identification (IUID) is required - Delivery to Tinker AFB, Oklahoma - Export control does not apply - Full and open competition; no set-aside - Firm fixed price contract anticipated
Description
Synopsis
1. Estimated issue date 9 Apr 2026 and estimated closing/response date 21 May 2026.
2. RFP #: SPRTA1-26-R-0217
3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145
4. PR#: FD2030-26-00846
5. Nomenclature/Noun: Transmitter, Tempera
6. NSN: 6685-01-560-2953JU
7. PN: 1960M40P08 or 0704AP8
8. Application (Aircraft): F118
9. AMC: 2B
10. History: N/A
11. Description: Accessory used for engine performance. Measures exhaust gas temperature (EGT)
12. Dimensions: 20.0000 in. long X 3.5000 in. wide X 2.5000 in. high, weighing 2.5000 lbs.
13. Material: N/A
14. A firm fixed price contract is contemplated. The items’ estimated quantities and required deliveries are as follows:
Quantity:
LINE ITEM 0001: Transmitter, Tempera
a) Destination: SW3211 / Tinker AFB, OK 73145 b) Delivery: All units ON OR BEFORE 8 May 2027 c) Best Estimated Quantity: 26 each d) Quantity Range: (Min – 7 each / Max – 39 each)
15. Qualified Sources: 1. Rosemount Aerospace Inc (Cage: 59885) 2. General Electric Company (GE) (Cage: 07482)
16. Set-aside: No Set-aside
17. Critical Safety Item (CSI) applicability: CSI criteria DOES APPLY to this item.
18. Mandatory Language:
In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days 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.
Based upon market research, the Government IS NOT using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. 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 sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 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 contact the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
19. Item Unique Identification (IUID): Yes
20. Export Control DOES NOT apply. 21. Anticipated Award date: estimated 45 calendar days after solicitation closing date
22. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil.