ContractSolicitation

Repair of Connectors on NSN 5960013911308 for the UMTE Program

DEPT OF DEFENSE FA825025Q0926
Response Deadline
Aug 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of connectors on the electron tube identified by NSN 5960013911308, which is crucial for the UMTE Program. The procurement involves the refurbishment of tunable magnetrons for radar transmitters, requiring contractors to adhere to stringent quality control measures, including counterfeit prevention and compliance with established performance standards. Interested parties must ensure their proposals are submitted via email to the primary contact, Nick Standiford, by August 12, 2025, with a contract value yet to be disclosed. For further inquiries, potential bidders can reach out to Nick Standiford at nicholas.standiford@us.af.mil or by phone at 801-777-8968.

Classification Codes

NAICS Code
811210
Electronic and Precision Equipment Repair and Maintenance
PSC Code
J059
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS

Solicitation Documents

16 Files
CAVAF_REPORTING_REQUIREMENTS.docx
Word51 KBJul 22, 2025
AI Summary
The Commercial Asset Visibility Air Force (CAV AF) Report outlines contractor responsibilities for maintaining accurate records of Government-owned assets at contractor repair facilities. The guidance specifies that the CAV AF is the primary system for daily asset status, requiring contractors to report daily or within one business day of any maintenance action. Key responsibilities include submitting a System Authorization Access Request, completing cybersecurity training, and ensuring accurate asset reporting through a structured system. Contractors must manage "Not-on-Contract" assets, adhere to detailed reporting requirements for discrepancies, and utilize government-issued documentation for all transactions. Furthermore, wrongful reporting leading to systemic data issues may trigger Program Management Reviews. Accountability is emphasized for Government-Furnished Property (GFP), including strict shipping timelines post-contract termination. The document serves as crucial guidance for contractors working under federal RFPs, granting visibility and accountability for federal assets, thus aligning with broader government compliance and regulatory standards. It underscores the importance of accurate and timely reporting to maintain effective asset management and inventory control.
DI-MGMT-80441_A003_Government_Property_Inventory_Report.pdf
PDF143 KBJul 22, 2025
AI Summary
The Government Property (GP) Inventory Report, identified by the number DI-MGMT-80441D, serves as a crucial document for contractors working with the Department of Defense (DoD). Its primary purpose is to facilitate the periodic reporting of all Government Furnished Property (GFP) and Contractor Acquired Property (CAP) maintained by contractors, including subcontractors, associated with a contract. The report outlines specific requirements for format and content, mandating an electronic format compatible with .xls or .xlsx. It stipulates essential data fields that must be included, such as contract and asset identification numbers, item descriptions, manufacturer details, acquisition costs, asset locations, and classifications of government property. This data item description supersedes a previous version, codifying the standards contractors must follow when managing and reporting on government property. As part of government RFPs, grants, and contracts, adherence to this DID ensures accountability and transparency in the management of government property. By detailing inventory, it reinforces compliance with federal regulations and effective asset management processes within military and defense-related projects. Ensuring precise reporting, the document aims to maintain operational integrity and oversight in defense contracts.
PERFORMANCE_WORK_STATEMENT.docx
Word64 KBJul 22, 2025
AI Summary
The Department of the Air Force's Performance Work Specification (PWS) outlines requirements for the repair and refurbishment of magnetrons by replacing specific connectors, ensuring compliance with established specifications. The contractor must deliver serviceable items meeting the performance standards of new equipment, followed by thorough acceptance testing and verification. The document emphasizes quality control, mandating the identification and reporting of any deficiencies within a year of repair, with costs covered by the contractor if workmanship is at fault. Environmental, safety, and electrostatic discharge controls are specified during handling and shipping. A significant focus is placed on counterfeit prevention, where contractors are required to develop and implement procedures to identify and avoid counterfeit electronic parts, with stringent reporting requirements for any counterfeit incidents. The PWS establishes protocols for submitting engineering change proposals, documenting repairs, and maintaining communication with contract officers. It highlights the importance of quality assurance, adherence to packaging instructions, and meticulous record-keeping. This specification serves as a comprehensive guide for contractors to ensure compliance with standards while promoting quality and reliability in the repair process.
FA825025Q0926.pdf
PDF1121 KBJul 22, 2025
AI Summary
The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically requesting information and prices for the repair and maintenance of parts required for radar transmitters, focused on a specific item, a tunable magnetron. The RFQ outlines essential details, including submission deadlines, contact information for inquiries, delivery schedules, and instructions for submitting quotations by August 12, 2025. It specifies the need for compliance with government regulations, outlining that responses are not contractual offers but informational inquiries. The document emphasizes the importance of including certain certification and data requirements, mentioning the necessity of a unique item identifier for tracking, and detailing the implications of not providing required technical documentation. Key provisions cover acceptance protocols, quality assurance standards, and transportation requirements for different ship to locations. The document includes various clauses addressing topics such as payments, data requirements, and contractor responsibilities, establishing a framework for both compliance and execution of the contract. Overall, this RFQ serves to gather competitive quotes while ensuring adherence to standards that safeguard product quality and regulatory compliance.
DI-PSSS-81995_A002_CDM_Production_Report.pdf
PDF190 KBJul 22, 2025
AI Summary
The "Contract Depot Maintenance (CDM) Monthly Production Report" serves to provide the government with vital monthly maintenance production metrics for contractor facilities. Document number DI-PSSS-81995A outlines the expected data format, content requirements, and overarching purpose of the report, applicable to any depot-level maintenance contract. The report includes specific details such as contractor information, contract numbers, item identifications, and essential production statistics such as quantities of reparables received, inducted, produced, and shipped. The content is systematically divided into two parts: Part I, which contains detailed production data (blocks A to O), and Part II, which offers a production summary when necessary conditions are met (e.g., discrepancies in forecasts or anticipated production issues). Additionally, the report emphasizes the importance of accurate performance tracking, addressing unresolved problems, and forecasted output for the upcoming month. Due within ten business days after the month-end, it is critical for maintaining accountability and efficiency in government contracts tied to depot maintenance operations. This structured approach ensures transparency and aids in the management of military and defense-related assets.
PACKAGING_REQUIREMENT.pdf
PDF77 KBJul 22, 2025
AI Summary
The document outlines specific packaging requirements for wood packaging materials (WPM) as mandated by the U.S. military and in compliance with international regulations aimed at preventing the spread of invasive species, specifically the pinewood nematode. Key points include the stipulation that all wooden materials must be constructed from debarked wood that has been heat-treated to specific temperatures and durations, with certification from accredited agencies recognized by the American Lumber Standards Committee. The document details multiple item codes requiring different levels of preservation and packaging, mostly noting that no packaging data is required for certain items. It emphasizes adherence to military packaging and marking standards, including MIL-STD-2073-1 for packaging and MIL-STD-129 for markings. Additionally, it underscores the necessity of proper labeling on shipping containers to include information beyond standard requirements, enhancing traceability and accountability. The documentation serves as a crucial guide for vendors to ensure compliance with federal standards in the preparation and shipment of military supplies, reflecting the government's commitment to environmental safety and regulatory adherence.
DI-SESS-80639E_ECO.pdf
PDF121 KBJul 22, 2025
AI Summary
The document outlines the Engineering Change Proposal (ECP) data item description, designated as DI-SESS-80639E, which was approved on February 11, 2020. An ECP serves to document proposed engineering changes, detailing how these changes will be implemented. The document specifies requirements for the ECP format and content, indicating it must be submitted using DD Form 1692, a format specified by the Acquirer’s Integrated Digital Environment (IDE), or the Supplier’s preferred format. The ECP must also adhere to the principles established in EIA-649-1. Additionally, there is a mention of the relationship between this document and other forms such as the Notice of Revision and Specification Change Notices, advising that contractually stipulated requirements for these documents should complement the ECP. This document supersedes the previous version, DI-SESS-80639D, ensuring compliance and uniformity across engineering and federal contracting processes. The distribution statement confirms that this document is publicly available, facilitating its use in broader government contexts.
SSJ_Redacted.pdf
PDF160 KBJul 22, 2025
AI Summary
The document outlines a single source justification for the repair modification of three Electron Tube connectors, identifying Leonardo DRS as the sole provider due to their status as the Original Equipment Manufacturer (OEM) and holder of proprietary data necessary for the work. Despite attempts to obtain manufacturing data from other sources, these have proven unsuccessful, thus necessitating the sole source approach. The contracting officer has authorized this action in accordance with relevant federal acquisition regulations, planning to seek proprietary data from the OEM for future procurement efforts.
DI-MISC-81832_CPP.pdf
PDF41 KBJul 22, 2025
AI Summary
The Counterfeit Prevention Plan outlined in this document is intended to guide procurement activities in evaluating contractors' efforts to prevent counterfeit parts and materials. It includes specific requirements for procurement practices, emphasizing sourcing from original equipment manufacturers (OEMs) or authorized distributors. The plan mandates internal processes for qualifying non-OEM materials and monitoring supply chains to detect counterfeit risks. Additionally, it outlines training and certification needs for inspectors and requires a comprehensive approach to verifying, reporting, and remediating counterfeit items. The document details a procedural notification framework for identifying and managing suspect counterfeit products through a structured chain of communication, ensuring evidence preservation, and documentation during investigations. Each contractor must perform self-audits and ensure compliance across subcontractor levels. The evolving nature of counterfeiting necessitates regular updates to the prevention plan to incorporate new methods and practices, reinforcing the government's commitment to safeguarding procurement integrity against counterfeit threats in federal and local projects.
ITEM_UNIQUE_ID.pdf
PDF60 KBJul 22, 2025
AI Summary
The document outlines the Item Unique Identification (IUID) Checklist as per DFARS 252.211.7003, specifically focusing on an electronic tube identified by NSN 5960013911308FD. It includes essential details such as the contact information of the initiator, Andrew J. Webb, and the organizational code (415 SCMS/GUEA). The checklist signifies that the item requires appropriate marking in line with the latest MIL-STD-130 standards and allows contractors to determine the marking's location and method. Additionally, it references the item's classification as an embedded item, stressing the need for uniform marking guidance in accordance with engineering documentation. This checklist serves as a regulatory compliance tool in the context of government Request for Proposals (RFPs) and grants, ensuring the traceability and identification of high-value items within defense and procurement processes.
CONTRACT_DATA_REQUIREMENTS_LIST.pdf
PDF859 KBJul 22, 2025
AI Summary
The document serves as a guidance overview for potential applicants seeking federal grants or responding to requests for proposals (RFPs) from local and state governments. Its primary purpose is to outline the funding opportunities, eligibility criteria, and application processes involved in accessing these financial resources. Key points include detailed descriptions of the types of grants available, including their objectives, funding amounts, and application timelines. It also highlights the importance of adhering to specific guidelines and prerequisites to ensure successful submissions. Additionally, the document emphasizes the need for thorough documentation and compliance with federal regulations to optimize the chances of approval. Overall, this resource aims to facilitate understanding among applicants about navigating the complex landscape of government funding initiatives, promoting transparency and accessibility in the grant application process.
ITEM_DESCRIPTION.pdf
PDF57 KBJul 22, 2025
AI Summary
The document outlines specifications for an electron tube, identified by the National Stock Number (NSN) 5960013911308FD, which serves as a tunable magnatron for a radar transmitter. It includes important classification details such as a criticality code of 'X', indicating a significant importance, and a security code of '7', which hints at restricted access requirements. The item dimensions are provided, with a length of 12.5 inches, width of 12.5 inches, height of 14.5 inches, and a weight of 12 pounds. Further commitments are noted, with mentions of the required General Materiel (GFM) and General Purpose Equipment (GFE) necessary for the item. The initiator, Jason I. Pedersen, from the 415 SCMS / GUMA organization, is noted as the contact point. Overall, the document serves as a technical and logistical outline intended for stakeholders involved in federal procurement processes regarding defense equipment, ensuring all specifications and requirements are clear for proper acquisition and management of the electron tube.
TRANSPORTATION.pdf
PDF92 KBJul 22, 2025
AI Summary
The document outlines transportation data pertaining to a federal procurement solicitation initiated on July 2, 2025. It details the purchase instrument number FD20202500926-00, and includes specific shipping terms and conditions, primarily emphasizing F.O.B. (Free on Board) destination provisions. The document highlights the requirement to contact the DCMA Transportation for shipping instructions, ensuring compliance with DOD regulatory clearances before any shipments. This is critical to avoid incurring additional costs due to improper documentation. Furthermore, the file lists items to be shipped to specified addresses, particularly at Hill Air Force Base in Utah, and Barstow, California, including relevant purchase line item numbers and NSNs (national stock numbers) for ease of tracking. Each item entry includes contact details for responsible personnel, reinforcing communication protocols for transportation. The overall content underscores government adherence to proper procurement processes while facilitating the delivery of essential military supplies, reflecting an organized supply chain and logistical strategy within federal operations.
PACKAGING_STATEMENT_OF_WORK.pdf
PDF139 KBJul 22, 2025
AI Summary
The Statement of Work outlines stringent preservation, packaging, and marking requirements for military logistics as specified in various Department of Defense (DoD) standards and regulations. It mandates adherence to the AFMC Form 158 and MIL-STD 2073-1 for military packaging practices, documenting requirements via a standardized code system. Additionally, the document emphasizes compliance with international standards for phytosanitary measures regarding wood packaging material (ISPM 15) and specific protocols for hazardous materials in line with federal regulations. The offeror must ensure appropriate labeling and certification for hazardous shipments in accordance with various safety regulations and standards. Key document references include MIL-STD-129 for military marking, MIL-STD-147 for palletized loads, and FED-STD-313 for Material Safety Data Sheets. The reporting of discrepancies in packaging and the use of Special Packaging Instructions (SPI) are critical components of the process. The requirements aim to enhance safety, compliance, and efficiency in packaging and transporting materials across DoD operations, reflecting the overarching goal of effective military logistics management.
DI-PSSS-80386A_RIIR.pdf
PDF44 KBJul 22, 2025
AI Summary
The document outlines the Repairable Item Inspection Report (DI-PSSS-80386A), which serves as a comprehensive record of inspections conducted by contractors on malfunctioning units. This report is crucial for the government to assess unit malfunctions, understand repair needs, and determine necessary corrective actions. It contains specific format, content, and usage guidelines, applicable to contractor repair contracts, and replaces a previous version (DI-ILSS-80386). Key components of the report include the inspection analysis number, contract details, various codes (Cage Code, National Stock Number), part and serial numbers, repair date codes, and quantitative data on any deficiencies. Additionally, the report must provide a thorough description of the required repairs, including replaced parts, adjustments made, and the cause of malfunction. The document's approval for public release indicates its significance in contributing to operational transparency and effectiveness in military repair processes. Overall, the structure and requirements outlined in this data item description underscore the government's focus on maintaining high standards in the inspection and repair of critical units, ultimately striving for operational readiness and enhanced service delivery.
DI-MGMT-81838_A001.pdf
PDF17 KBJul 22, 2025
AI Summary
The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system for tracking government-owned reparable assets during their repair cycle at contractors' facilities. The CAV aims to enhance inventory management by enabling contractors to report transactions in real-time, automatically updating the associated database. This Data Item Description (DID) specifies the format and content for reports generated as per contractual obligations. Required reporting includes various asset status updates such as receipts, inductions, shipments, and discrepancies. The document emphasizes the necessity for clear input methods defined in each contract. Overall, the CAV application is crucial for efficient management of reparable assets, ensuring that contractors can produce necessary activity reports and maintain up-to-date tracking information throughout the repair process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 22, 2025
deadlineResponse DeadlineAug 12, 2025
expiryArchive DateAug 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8250 AFSC PZAAA

Point of Contact

Name
Nick Standiford

Official Sources