SOURCES SOUGHT
66 -- Request for Interested Manufacturers for C-5 Air Speed Indicator, NSN: 6610008704325UC
- Notice Date
- 12/22/2025 5:00:09 AM
- Notice Type
- Sources Sought
- Contracting Office
- DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
- ZIP Code
- 31098-1813
- Solicitation Number
- SPRWA1-4325
- Response Due
- 1/21/2026 8:59:00 PM
- Archive Date
- 01/21/2026
- Point of Contact
- Matthew White, Vanessa Moes
- E-Mail Address
-
matthew.white.48@us.af.mil, vanessa.moes.1@us.af.mil
(matthew.white.48@us.af.mil, vanessa.moes.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SUBJECT: Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the C-5 Air Speed Indicator, NSN: 6610008704325UC, Part Number: S65KL7-30-3 and 22454. ITEM DESCRIPTION: The C-5 Air Speed Indicator, NSN: 6610008704325UC / Part Number: S65KL7-30-3 and 22454, is an indicator that measures forward velocity for the C-5 aircraft. Impediment to Competition: The original equipment manufacturer for this item is Aerosonic, LLC (CAGE 98810), which maintains its data. The Government does not own any data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, Aerosonic, LLC is the only known source with adequate knowledge of the C-5 Air Speed Indicator�s performance requirements and possession of the required technical data and capabilities needed to produce this item and ensure compatibility of the equipment. INTEREST: The DLA/AWB Contracting Office intends to award a sole source contract to Aerosonic, LLC (CAGE 98810) for the manufacture of the C-5 Air Speed Indicator, NSN: 6610008704325UC / Part Number: S65KL7-30-3 and 22454, in support of the C-5 program. Other interested parties may identify their interest and capability to respond to the requirement no later than January 21, 2026 by emailing your name, email address and capabilities to Matthew White at matthew.white.48@us.af.mil or Vanessa Moes at vanessa.moes.1@us.af.mil. The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation, and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/45ab7100e1994d968a720074eca5eb58/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07673207-F 20251224/251222230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |