Skip to content
Department of Defense

RADOME

Solicitation: SPRTA1-25-R-0338
Notice ID: 809a9e0c3aa24aafbdf9a11fb08fb9df

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Jun 27, 2025. Industry: NAICS 336413 • PSC 1560.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRTA1-25-R-0338. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$403,660,855
Sector total $21,000,300,080 • Share 1.9%
Live
Median
$97,013
P10–P90
$29,504$915,141
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
+3569%($382,242,775)
Deal sizing
$97,013 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
S Coffeyville, Oklahoma • 73145 United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3070 USA

Point of Contact

Name
Clifford Dockter
Email
clifford.dockter@us.af.mil
Phone
3855912762
Name
Ryan Newton
Email
ryan.newton.4@us.af.mil
Phone
4058553545

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION OKLAHOMA CITY • DLA AVIATION AT OKLAHOMA CITY, OK
Contracting Office Address
Tinker Afb, OK
73145-3070 USA

More in NAICS 336413

Description

SOLICITATION SPRTA1-25-R-0338

SYNOPSIS

SOLE SOURCE

SPARES

MYC 3 YEAR

PR: FD2030-25-00721

RFP: SPRTA1-25-R-0338

Export Control Does Not Apply

New Manufactured Material: A three-year MYC firm fixed price type contract is contemplated.  The items, estimated quantities and required deliveries are as follows:

CLIN 0001: NSN: 1560-01-449-6913FL / PN: 1001004-3 / NOUN: Radome / Applicable to KC-135 aircraft / QTY: 1st Year 117 EA, 2nd Year 117 EA and 3rd Year 116 EA / Delivery: 10 EA per month beginning on 30 Mar 2026.

CLIN 0002: First Article Exhibit / NSN: 1560-01-449-6913FL / PN: 1001004-3 / NOUN: Radome / Applicable to KC-135 aircraft / QTY: 1 EA / Delivery: 180 days after contract award.

CLIN 0003: First Article Test Report / QTY: 1 LT / Delivery: 180 days after contract award.

CLIN 0004: Certificate of Compliance / QTY: 1 LT / Delivery: 180 days after contract award.

CLIN 0005: Material Certificate / QTY: 1 LT / Delivery: 180 days after contract award.

Description: Dim: Approx. 79.8 IN Length / 68.1 IN Width / 61.3 IN Height / 375 LB Weight. / APPL: KC-135 Aircraft / FUNCTION: Protect the radar package and provide a smooth aerodynamic surface

SURPLUS: Not Authorized

AMC: 3P

The approximate solicitation issue date will be: 23 May 2025.

The approximate response date will be: 23 Jun 2025.

The anticipated award date will be: 31 Dec 2025.

History: Last buy 29 Jun 2007 to Nordam / Qty: 13 each 

Buyer:  David Garcia, Ph: 405-739-5501; Fax: 405-734-8129; david.garcia.59@us.af.mil

Due to the complexity and criticality of this part, only manufacturers that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the Government to be similar in complexity and criticality, can be considered approved sources for this item. 

Current qualified sources are:  Nordam (Cage: 0XF59), 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 in which the Government intends to solicit and negotiate with only one, or a limited number of sources under authority of FAR 6.302. 

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.

Award will be made only if the offeror, the product/service, or the manufacture meets qualification requirements at the time of award in accordance with FAR clause 52.209-1.  The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation.  It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed.  Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 

Based on 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.

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 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.

This item has been determined commercial of a type and contractor's cage code is updated to 29957. Amended solicitation 0001 is attached.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.