MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
ID: 6973GH-26-MS-00003Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is seeking a contractor to design, develop, fabricate, test, and deliver a replacement ARSR4 Power Amplifier Module Test Station (PAMTS). This new PAMTS will replace an obsolete legacy system to improve the testing and repair capabilities for ARSR4 Power Amplifier Module (PAM) boards. The contractor is responsible for providing all necessary labor, facilities, parts, and technical expertise. The new PAMTS must meet specific mechanical and electrical requirements, including operating within a frequency range of 1215 MHz to 1372 MHz and having a minimum meantime between failure (MTBF) of 10,000 hours. The contractor will deliver a production PAMTS unit, test process, fixture hardware, datasheets, block diagrams, and an engineering report. The work will be performed at the contractor's premises, with final inspection and acceptance by the FAA in Oklahoma City. The contractor must maintain an ISO-9001:2008.A compliant Quality Management System and participate in qualification testing and FAA meetings.
    This document outlines detailed assembly and fabrication instructions for a "Power Module Circuit Card Assembly" by Westinghouse Electric Corporation. It covers the precise mounting of components, bonding procedures using conductive adhesive, and specific soldering techniques, emphasizing hardware protrusion requirements and maintaining solder-free areas. The file also provides fabrication guidelines for printed wiring boards, including plating specifications for exposed aluminum and copper circuits, hole location tolerances, and artwork references. It highlights electrostatic discharge (ESD) precautions, continuity checks, and torque specifications for certain components. The document includes various views, sections, and drill patterns, indicating alternate configurations and revisions, underscoring the critical need for precision and adherence to standards in manufacturing this complex electronic assembly.
    The TI 6340.49 technical manual details depot-level maintenance for the ARSR-4 Power Amplifier Module (PAM) test set. This diagnostic tool conducts functional testing, fault diagnosis, and repair verification for lookdown drivers, preamplifiers, and PAMs. The system comprises a PAM test console, computer/controller, and PAM test fixture, performing tests like transistor collector current, RF peak pulsed power, and spurious emissions. The manual provides detailed technical descriptions, maintenance procedures, troubleshooting guidelines, safety summaries, and a comprehensive table of contents covering general information, installation, controls, theory of operation, maintenance instructions, circuit diagrams, and parts lists. It also outlines power requirements and environmental characteristics.
    This repair manual (TI 6340.56), dated July 31, 1998, provides depot-level maintenance and repair data for Air Route Surveillance Radar-Model 4 (ARSR-4) units under test (UUTs) on the Power Amplifier Module Test Set (PAMTS). It is divided into four manuals: general and specific repair data, assembly drawings, parts lists, and wire data. The manual emphasizes safety, including precautions for live circuits and electrostatic discharge (ESD) sensitive devices. It outlines general repair information, such as unpacking, packing, examination, and cleaning procedures, and details specific repair data for preamplifier, lookdown driver, and power module CCA assemblies, including tools, materials, disassembly, reassembly, and testing. The document is crucial for the Federal Aviation Administration (FAA) to ensure the proper maintenance and repair of critical radar system components.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Dept Of Defense
    The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
    Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.
    AMPS Hi-Res EVR Testing and Consulting
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the AMPS Hi-Res EVR Testing and Consulting project at Cape Canaveral, Florida. The primary objective is to determine the Effective Vertical Resolution (EVR) of the Vaisala MW51 sounding system, which is critical for accurate wind measurements necessary for Eastern Range launches. This procurement is aimed at gathering information for market research to assess the competitiveness of the effort and potential small business set-asides, with a focus on various small business classifications. Interested parties must respond by January 5, 2026, at 12 PM MT, providing relevant company details and experience to assist in determining the best acquisition strategy. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Jonathan Graham at jonathan.graham.11@us.af.mil.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the AN/APG-68 Dual Mode Transmitter, part number 585R224H04, identified by NSN 5960-01-341-5198. Interested offerors must meet stringent qualification requirements, including having the necessary facilities, testing capabilities, and a complete data package to ensure compliance with government standards for the repair of this critical electronic component used in F-16 C/D radar systems. The estimated cost for qualification testing is approximately $260,800, with a completion timeline of around 730 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.