- 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
RADOME
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Jun 27, 2025. Industry: NAICS 336413 • PSC 1560.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.