- 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
Transmitter, Tempera
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: May 21, 2026. Industry: NAICS 336412 • PSC 6685.
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 336412 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336412
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.
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.