Repair of JTE Antenna NSN: 5985-01-599-9815
ID: FA825026Q0091Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijah_leo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document provides essential guidance for contractors on managing government-owned assets at repair facilities and Inventory Control Points. CAV AF is the primary system for daily asset status reporting, requiring contractors to ensure data accuracy and utilize current user guides. Key responsibilities include daily reporting, maintaining accurate asset records, and ensuring two trained reporters with valid Public Key Infrastructure (PKI) and annual DoD CyberAwareness Challenge training. Specific transactional reporting covers "Not-on-Contract" items, proper use of DD Form 1348-1A for shipping and receipt actions, and strict protocols for Nuclear Weapon Related Materiel (NWRM). Contractors must comply with disposition instructions upon contract closure and address data inaccuracies to avoid systemic problems. Discrepancies incident to shipment require reporting via WebSDR and coordination with relevant authorities. Failure to comply with these requirements can lead to Program Management Reviews.
    The provided file is a minimal PDF portfolio instruction, advising users to open it with Acrobat X or Adobe Reader X (or later versions) for the best experience. It also includes a prompt to
    This document is an item description for an ANTENNA, specifically an AN/GRC-226 antenna, identified by NSN 5985015999815FD and CAGE 60173. The antenna is made of fiberglass and functions as a radar antenna. Key physical specifications include a length of 92.2000 inches, a width of 71.2000 inches, a height of 61.2000 inches, and a weight of 546.0000 pounds. The item is classified with a criticality code of X, a demilitarization code of D, and a security code of 7. It also includes details on the initiator, Terrance L. Hardy from 415 SCMS / GUMAA, and contact information. The document was generated on December 5, 2025.
    This government file outlines packaging requirements for various items under Purchase Instrument Number FD20202600091-00. A critical component of these requirements is compliance with United Nations restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM, including pallets, boxes, and crates, must be constructed from debarked wood and heat-treated to 56 degrees Celsius (133 degrees Fahrenheit) for 30 minutes. Certification and marking by an American Lumber Standards Committee (ALSC) recognized agency are mandatory, referencing the International Standards for Phytosanitary Measures (ISPM) No. 15. While several items (PACRN AAA, AAB, AAC, AAD) are designated with "No Packaging Data Required," item PACRN AAE explicitly requires military packaging and marking in accordance with MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings. Additional marking criteria may include unit serial numbers or OEM information. The document emphasizes adherence to military standards for specific items, ensuring proper handling and compliance for global shipments.
    This document outlines comprehensive preservation, packaging, and marking requirements for government contracts, emphasizing adherence to various military and international standards. Key directives include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Special provisions are detailed for hazardous materials, requiring compliance with ICAO, CFR Title 49, IATA, and IMDG codes, as well as FED-STD-313 for Safety Data Sheets. The document also addresses packaging for electrostatic and classified materials, reusable containers, and reporting discrepancies via WebSDR. International Phytosanitary Measures (ISPM 15) are mandated for wood packaging. Contractors must utilize the ASSIST website for accessing relevant specifications and standards. This framework ensures uniform, safe, and compliant handling of materials throughout the supply chain for DoD facilities.
    This document outlines packaging and distribution requirements for Department of Defense (DOD) materials, particularly focusing on international shipments and compliance with phytosanitary measures. It specifies distribution limitations, destruction protocols for unclassified limited documents, and caution notices regarding National Stock Numbers (NSNs) and packaging material substitutions. A key focus is the mandatory use of debarked, heat-treated wood packaging material (WPM) to prevent the spread of invasive species, adhering to International Standards for Phytosanitary Measures (ISPM No. 15). All WPM must be certified and marked by an American Lumber Standards Committee (ALSC) recognized agency. The document also details packaging levels, with Level A required for severe worldwide conditions and Level B for general packing unless otherwise directed.
    The Department of the Air Force's Performance Work Specification (PWS) outlines requirements for inspecting and restoring an antenna (NSN: 5985-01-599-9815, Part Number: 200532033-1, 0242-800) to a serviceable, like-new condition. The scope of work includes either Test, Teardown, and Evaluation (TT&E) only, or TT&E and repair, encompassing visual, mechanical, and electrical testing to identify components needing repair or replacement. The contractor must furnish all necessary facilities, parts, materials, equipment, and services. Key performance requirements include meeting new item specifications, proposing subcomponent changes through Engineering Change Proposals (ECPs), adhering to foreign disclosure restrictions for export-controlled critical technology, and performing acceptance tests. The PWS also details procedures for quality deficiency reporting, handling, packaging, security, transportation, and condemnation criteria. A significant section focuses on the Counterfeit Prevention Plan (CPP) to avoid, detect, mitigate, and dispose of counterfeit electronic parts, aligning with SAE 5553 Aerospace Standard. Data deliverables include reporting in CAV AF, Repairable Item Inspection Reports, CPP, and ECPs. The overall objective is to ensure the antenna's full functionality and longevity while upholding strict quality and security standards.
    This government file, an RDL Revision, details repair data for an antenna (NSN 5985015999815FD, Part Number 0242-800). It lists two key documents: a Technical Manual (43D7-19-7-4-WA-1, dated February 27, 2025) and a JEDMICS Drawing (0242-800, dated March 3, 2025), both associated with CAGE Code 60173. The file specifies that both documents are government-furnished (G) and available (Y), with unrestricted government rights (U) and distribution code D for the manual and E for the drawing. The document also includes a legend for furnished method codes, clarifying how various types of repair data are provided, such as with solicitation, contract award, or upon request. This revision ensures that necessary technical and drawing data for the antenna's repair are properly cataloged and accessible.
    This document is an Item Unique Identification (IUID) Checklist, specifically Version 3, generated on December 5, 2025. It details the IUID marking requirements for an antenna (NSN 5985015999815FD), as per DFARS 252.211.7003 Section (c)(1)(i). The item requires marking in accordance with MIL-STD-130, guided by Engineering Drawing / ECP / ECO Number 200532033-1. Key details include the initiator, organization, contact numbers, and associated CAGE/reference numbers. The checklist also addresses embedded items under Section (c)(1)(iii), noting that the antenna is an embedded item for the same NSN, with specific marking guidance yet to be fully detailed.
    This government file outlines the stringent qualification requirements for sources seeking to repair NSN 5985-01-599-9815 ANTENNA, P/N: 200532033-1, 0242-800 for the AN/TSQ-T10 JTE application. Offerors must notify the government of their intent to qualify, certify access to necessary facilities and equipment, and verify possession of a complete data package including specific drawings. Key steps involve repairing the item to government standards, providing quality and performance data, submitting a qualification test plan for approval, and providing a pre-contract award qualification article for evaluation. The estimated cost for qualification is $13,000, with an estimated completion time of 60 days. Qualification is mandatory for contract award, though it does not guarantee one. The document also details six Source Qualification Waiver Criteria (QWC) for potential sources to apply for exemption from all or part of these requirements, such as prior supply to the government or qualification for similar items.
    The Department of the Air Force, Directorate of Contracting, issued Request for Quotation FA8250-26-Q-0091 for the test, teardown, evaluation, and repair of a Radar Antenna (NSN: 5985-01-599-9815 FD). The Request for Quotation (RFQ) is not a small business set-aside and is open to qualified sources. It includes two Contract Line Items (CLINs): 0001 for a Firm Fixed Price Test, Teardown, and Evaluation (TT&E), and 0002 for a Not-to-Exceed Repair. Work on CLIN 0002 will not commence until a detailed repair quote is negotiated and definitized. The RFQ requires compliance with Commercial Asset Visibility Air Force (CAVAF) reporting, and payment for repairs may be withheld if data requirements are not met. The document also includes requirements for unique item identification and various clauses related to government contracting, including those for technical data rights, environmental compliance, and cybersecurity.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ANTENNA SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Antenna Subassemblies. The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 271 days, ensuring that the repaired items meet operational and functional standards as specified in the contract. These antenna subassemblies are critical components used in various defense applications, highlighting their importance in maintaining operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at 717-605-6464 or via email at ERIC.B.MILLER4@NAVY.MIL, with the solicitation details available for review.
    ANT ELMT SUB ARRAY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the ANT ELMT SUB ARRAY. This procurement focuses on the repair of antennas, waveguides, and related equipment, with a firm-fixed price structure required for the repair services. The successful contractor must adhere to strict quality assurance standards and provide a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely and efficient service for critical defense operations. Interested vendors should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    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.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antennas, with a focus on the specific part number 562R163H01. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the antennas to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These antennas are critical components for military operations, necessitating reliable performance in operational environments. Interested contractors must submit their quotes via email to Christopher Campellone at christopher.campellone.civ@us.navy.mil by the specified deadline, and must also comply with government source approval requirements prior to award.
    ANTENNA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of antennas and related equipment under the NAICS code 334220. The procurement aims to ensure the timely repair and return of antennas to a Ready for Issue (RFI) condition, with specific requirements for turnaround time and quality assurance processes outlined in the solicitation. These antennas are critical for military operations, necessitating adherence to stringent repair standards and inspection protocols. Interested contractors should contact Albert J. Russo at 215-697-2974 or via email at ALBERT.J.RUSSO17.CIV@US.NAVY.MIL for further details, with proposals expected to meet the outlined specifications and timelines.
    JTE Drive, Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of three units of Drive, Antenna (NSN: 5985-01-599-1912). This acquisition is critical for national defense and requires adherence to a stringent Required Delivery Schedule (RDS), robust supply chain traceability documentation for ten years, and compliance with military-standard packaging and marking protocols. The selected contractor must also submit a Counterfeit Prevention Plan and ensure compliance with various federal acquisition regulations, including environmental protections and restrictions on certain foreign entities. Interested parties can contact April Blakeley at april.blakeley@us.af.mil for further details, with the procurement being a rated order for national defense purposes.
    JTE Mast
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of five units of the JTE Mast (NSN: 5985-01-599-0123 FD). This procurement requires adherence to specific preservation, packaging, and marking standards, including compliance with MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking, ensuring the safe handling and identification of materials throughout shipment and storage. The JTE Mast is critical for military operations, and contractors must submit a Counterfeit Prevention Plan within 30 days of contract award, following SAE AS5553 standards. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and clarification on the solicitation process.
    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.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.