Repair of NSN 5996-00-572-1617
ID: FA825025R0363Type: 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)
Timeline
  1. 1
    Posted Feb 19, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Feb 19, 2025, 9:05 PM UTC
The document pertains to federal and state/local RFPs (Requests for Proposals) and grants, outlining opportunities for funding and collaboration with various government entities. It provides guidance for organizations seeking government contracts or financial assistance, emphasizing eligibility criteria, proposal requirements, and deadlines. The file likely includes information on specific funding initiatives, target areas for research or services, and the application process necessary to secure the grants or contracts. Key elements include the types of projects eligible for funding, the expected outcomes and metrics for success, and compliance with federal regulations. Additionally, potential bidders are encouraged to address how their proposals align with government priorities, optimize resource usage, and demonstrate capacity for effective project management. This document serves as a foundational resource for entities aiming to navigate the complex landscape of government funding and procurement to advance their projects and objectives effectively.
Feb 19, 2025, 9:05 PM UTC
The government file outlines transportation data associated with a federal solicitation (FD20202500363-00) initiated on February 4, 2025. It contains vital instructions for vendors about shipping processes, emphasizing the necessity of contacting the Defense Contract Management Agency (DCMA) for shipping instructions and compliance with Department of Defense (DOD) regulations. The document includes various National Stock Numbers (NSN) and addresses for shipping items to Hill Air Force Base, Utah, and Barstow, California. It specifies terms of freight delivery such as F.O.B. origin and destination, and provides details on transportation funds, including codes for funding accountability. The narrative also includes references for evaluating bids and proposals, targeting structured and effective logistics management within government contracts. This document is essential in ensuring adherence to federal transport regulations and standards in the procurement process.
Feb 19, 2025, 9:05 PM UTC
The document is a Contract Repair Screening Analysis Worksheet, initiated on December 19, 2024, regarding the repair of an amplifier subassembly (NSN: 5996005721617ZR) for the AN/TPS-75 weapon system. It indicates that there is no existing organic repair capability, and it has been previously contracted for repair multiple times by Telecommunication Support Services. The latest repair cost was $111,500, with a forecast unit price of $165,000. Technical orders are required, and the repair process is complex due to the critical nature of the item, necessitating engineering source approval to ensure product integrity. The item cannot be commercially overhauled under FAR Part 12, and precontract qualification is required. Various sources are approved for repairs, notably Northrop Grumman Systems Corp. The document highlights the need for specialized skills and approval processes in repairing this critical component, emphasizing quality control and ongoing evaluation for potential additional vendors. Overall, this analysis serves to streamline the contracting process by identifying essential technical and quality requirements for the repair of military electronic components.
Feb 19, 2025, 9:05 PM UTC
The document outlines quality assurance provisions and special inspection requirements for government contracts, specifically referencing Federal Acquisition Regulation (FAR) clauses relevant to inspection processes. Key elements include the point of inspection and acceptance, contact information for personnel involved, and requirements for certification of conformance. The document indicates that the contractor is not required to use ozone-depleting substances in fulfilling the contract and emphasizes the necessity for technical authority coordination if contract quality is downgraded or if a new source is awarded. A pre-award survey is advised, particularly for new sources, and highlights the importance of maintaining quality across the supply chain. The signature of the technical authority confirms approval of the outlined requirements, which are vital for ensuring compliance and reliability in government procurement processes. This file serves as a critical document within the context of federal RFPs, ensuring that quality standards are consistently met throughout contracting processes.
Feb 19, 2025, 9:05 PM UTC
The document outlines packaging requirements for wood products in compliance with international standards to prevent the spread of invasive species, such as the pinewood nematode. It specifies that wooden packaging material (WPM)—which includes pallets, crates, and boxes—must be constructed from debarked wood and subjected to heat treatment at 56 degrees Celsius for 30 minutes. Certification by an accredited agency is required. The document includes caution notices about repackaging and allows for alternative materials if they meet protection standards specified by military regulations. It emphasizes the need for robust packaging for items subjected to harsh shipping conditions, particularly related to military logistics and security assistance programs. The emphasis on international phytosanitary measures illustrates a commitment to environmental protection while maintaining operational integrity in military and federal supply chains.
Feb 19, 2025, 9:05 PM UTC
The document provides a detailed description of an amplifier subassembly (NSN 5996005721617ZR) associated with the AN/TPS-75 Trigger Amplifier, referencing critical operational and material specifications for procurement and maintenance purposes. The item measures 24 inches in length, width, and 25 inches in height, weighing 85 pounds, and is made from various metals and electronic components, designed for aerial surveillance functions. It holds criticality and security codes, indicating its sensitive nature. The document also includes contact information for the initiator, Glenn T. Meakin, and outlines the precision requirements, including ESD precautions. The amplifier is recognized under TCTO number 31P3-2TPS75-2-2 and necessitates specific government-supplied materials. This file is essential for federal agencies as it reinforces the standards for sourcing equipment that supports military operational capabilities while ensuring compliance with security protocols for sensitive technologies.
Feb 19, 2025, 9:05 PM UTC
The document outlines packaging requirements for materials involved in governmental contracts, specifically concerning adherence to existing standards such as MIL-STD 129 and MIL-STD 2073-1. It emphasizes compliance with international regulations related to wood packaging material (WPM) to mitigate the risk of invasive species, particularly the pinewood nematode. All wooden packaging must be made from debarked wood and processed with heat treatment to ensure safety during global shipments. The document details marking and tracking specifications for various items, requiring markings according to military standards and additional information like serial numbers and OEM details. It includes multiple items listed as needing no specific packaging data while expressing the necessity for adherence to the stated military packaging and marking standards. This information is critical in ensuring compliance with both domestic and international trade regulations for packaging materials provided under federal procurement programs.
Feb 19, 2025, 9:05 PM UTC
The document outlines the Performance Work Specification (PWS) for the Department of the Air Force's repair services contract concerning the Trigger Amplifier Assembly. The contractor is tasked with providing comprehensive inspection, testing, and restoration services under three categories: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair. Key requirements include adherence to performance standards equivalent to new items, rigorous testing protocols, and proper handling of components to prevent damage. The contractor must report any proposed component changes and implement a Counterfeit Prevention Plan to safeguard against counterfeit parts. Additionally, there is an emphasis on maintaining high-quality workmanship and timely communication regarding repair progress and any defects. Deliverables include detailed reports after inspections and tests, compliance with packaging and shipping regulations, and immediate notification of mishaps involving government property. Ultimately, this PWS establishes a framework to ensure that repaired items meet stringent quality guidelines before being returned to service.
Feb 19, 2025, 9:05 PM UTC
The document outlines the repair data for the amplifier subassembly identified by NSN 5996005721617ZR, with a particular focus on various technical orders and drawings associated with the assembly. It provides a list of related documents, including technical orders (referenced by specific part numbers) and drawings that are essential for the repair process. Each line entry specifies the CAGE code, document reference number, and the type of document, with a distinction in government rights and distribution codes. The report emphasizes the importance of adhering to provided document classifications and methods for obtaining technical data, indicating the structured approach required for government contract compliance. Overall, the file serves as a reference guide for contractors and repair personnel engaged in managing tasks related to the amplifier subassembly, ensuring they utilize the correct documentation and methods during repair operations.
Feb 19, 2025, 9:05 PM UTC
The document outlines the Item Unique Identification (IUID) Checklist in accordance with DFARS 252.211.7003, focusing on the marking requirements for a specific item, an amplifier subassembly. It identifies the National Stock Number (NSN) 5996005721617ZR and provides details including the current version (3), initiator, organizational code, and contact information. The checklist specifies that marking under MIL-STD-130 guidelines is mandatory, with reference to an engineering drawing (ECO 10A0039-H) for marking guidance. Additionally, the document addresses embedded items related to the same NSN. This IUID checklist plays a vital role in ensuring compliance with federal regulations regarding item identification, facilitating better tracking and inventory management in government contracting and procurement processes, relevant to federal grants and RFPs for defense-related equipment.
Feb 19, 2025, 9:05 PM UTC
The document presents a government contract file regarding the acquisition of non-serialized items, specifically a subassembly trigger described as "amoAMPLIFIER." The contract, awarded on February 18, 2025, is identified by contract number FA825025C0363 and falls under Department of Defense guidelines. It details the procurement of eight units, with each unit valued at $82,500. The file includes crucial data such as the item's National Stock Number (NSN) 599600572161, CAGE Code 97942, and part number 345D58G01. Additional information includes the intended delivery date and specifics regarding the contract type and awarding. The document serves as an essential reference for federal procurement processes, highlighting compliance with federal acquisition regulations and providing transparency in the management of government contracts.
Feb 19, 2025, 9:05 PM UTC
The Agency Affirmative Procurement Statement outlines procedures for federal contracting officers regarding procurement of specific materials and products. It highlights the necessity to consider designated items from the USDA and EPA, as well as directives for handling hazardous materials, radioactive materials, and products containing ozone-depleting substances. The statement provides checkboxes for contracting officers to determine applicable clauses from the FAR and DFARS, which must be included in solicitations and contracts based on the project requirements. The document emphasizes the importance of compliance with environmental regulations, energy efficiency, and safeguarding public safety while engaging in federal procurement processes. It underscores a commitment to ensure that contracts reflect these considerations to promote sustainable and responsible purchasing practices within federal operations.
Feb 19, 2025, 9:05 PM UTC
The document outlines the justification for establishing qualification requirements for the procurement of a Trigger Amplifier (NSN: 5996-00-572-1617, P/N: 345D585G01) used in the AN/TPS-75 system. It emphasizes the critical nature of the amplifier, which is essential for the system's operation, and the need for engineering source approval to ensure quality and compliance. The complexity of repair processes necessitates close tolerance matching and thorough testing to avoid degradation of the part. The document details the necessary qualifications that potential repair sources must meet before contract awards, including facility and equipment verification and testing procedures. Additionally, it outlines the associated costs (approximately $6,000) and timeline (around 30 days) for qualification efforts. Furthermore, the qualifications can be waived under certain criteria, allowing sources with specific previous qualifications or relevant experience to procure contracts without meeting all standard requirements. Ultimately, successful qualification does not guarantee a contract, emphasizing the competitive nature of government procurements in maintaining operational integrity and security for military applications.
Feb 19, 2025, 9:05 PM UTC
The document outlines a solicitation for a contract with the U.S. Air Force, specifically focused on the repair and evaluation of various components identified by National Stock Number (NSN) 5996-00-572-1617. It describes requirements such as including specific forms with shipments, ensuring compliance with quality assurance standards, and submitting detailed repair assessments post-evaluation. The procurement consists of three main phases: a Tear Down Test and Evaluation, Minor Repair, and Major Repair, each with specific deliverables and timelines, including delivery expectations within 90 to 120 days. Furthermore, it stipulates that vendors must meet qualification requirements before being considered for award. The contract includes various clauses for inspections, delivery conditions, and data management. The document emphasizes the importance of adherence to regulatory standards and thorough documentation to ensure the government's interests are protected. Overall, it serves as a comprehensive guide for potential contractors to understand the scope, requirements, and administrative responsibilities associated with this government contract.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Display Module Assembly (NSN: 5895-01-309-3076 ZR), with a focus on Test, Teardown, and Evaluation (TT&E) as well as minor and major repair services. Contractors are required to furnish all necessary facilities, parts, materials, and services to inspect and restore the assembly to a serviceable condition, adhering to strict quality control and compliance standards. This assembly is critical for military operations, and the procurement aims to ensure operational readiness and reliability of the equipment. Interested vendors must submit their proposals by May 1, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information regarding the solicitation.
FMS REPAIR of AMPLIFIER,ELECTRONI
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the electronic amplifier, specifically part number 70901-21908-103, from limited sources, namely DERCO Aerospace and Honeywell International. This procurement is critical as the amplifier is essential for various defense applications, and the government anticipates that only DERCO Aerospace will provide an acceptable offer due to its status as the Original Equipment Manufacturer (OEM) and the lack of available drawings or data for alternative sources. Interested parties must submit their capability statements to the primary contact, Alyssa T. Thieu, via email at alyssa.t.thieu.civ@us.navy.mil within 15 days of this notice, with the contract duration set for one year and UID and Buy American clauses applicable.
UMTE - Transmitter
Buyer not available
The Defense Logistics Agency, specifically DLA Aviation at Ogden, UT, is seeking proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. This solicitation emphasizes the importance of compliance with military packaging and marking standards, as outlined in the accompanying documentation, which includes requirements for preservation, packaging, and shipping of military and hazardous materials. The successful contractor will be responsible for adhering to strict guidelines, including the submission of a Counterfeit Prevention Plan and a First Article Test Plan, ensuring the integrity and traceability of the supplied equipment. Proposals must be submitted by May 30, 2025, with inquiries directed to Travis Bodily at travis.bodily@us.af.mil.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
66--TRANSMITTER,PRESSUR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a transmitter, identified by NSN 7R-6685-016050946-QE, with a quantity of 62 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide comprehensive documentation demonstrating their capability to meet the qualification requirements, as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals within 45 days of this notice. For further inquiries, potential bidders can contact Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI@NAVY.MIL.
Repair of NSN 5895-01-106-3414
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement includes multiple line items for the repair and associated data reporting, with a total quantity of two units required for each line item, and a delivery timeline of 30 days after receipt of carcass or completion of study. These modulator subassemblies are critical components used in military applications, necessitating adherence to stringent quality and reporting standards, including compliance with the Commercial Asset Visibility Air Force (CAV AF) system. Interested contractors should direct their proposals to Logan Drake at logan.drake.4@us.af.mil, with a submission deadline of May 23, 2025, and are encouraged to review all associated documents thoroughly to ensure compliance with the outlined requirements.
Repair of NSN 5998-01-491-3752 for Mini-MUTES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly, identified by National Stock Number (NSN) 5998-01-491-3752, as part of the Mini-MUTES system. Contractors are required to provide a comprehensive proposal that includes adherence to strict qualification standards, timely delivery of repaired items, and compliance with quality assurance protocols, including the submission of various data items and reports. This procurement is critical for maintaining operational capabilities within military systems, ensuring that the repaired components meet stringent defense standards. Interested contractors should direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with proposals due within the specified timeframe and valid for 120 days.
Repair of NSN: 5985015999815 FD Antenna
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the radar antenna identified by National Stock Number (NSN) 5985015999815 FD. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, evaluate, and potentially repair the antenna, ensuring it is restored to a serviceable, like-new condition. This procurement is critical for maintaining operational readiness and reliability of defense systems, with a focus on adhering to stringent quality and safety standards throughout the repair process. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil for further information.
Repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF) systems. The procurement involves multiple line items, including the repair and overhaul of RF power output components for the F-16 C/D Radar, with an estimated quantity of 32 units for some items and 20 units for others, all requiring delivery within 90 days after receipt of carcass. These components are critical for maintaining the operational capabilities of the F-16 aircraft, ensuring reliability and performance in defense operations. Interested parties should contact Guillermo Rendon at guillermo.rendon@us.af.mil or Darin Rector at darin.rector@us.af.mil for further details, as electronic procedures will be utilized for this solicitation.
Amplifier
Buyer not available
The Defense Logistics Agency (DLA) Aviation is seeking qualified suppliers for the procurement of 14 amplifiers, specifically the NSN 5996-01-433-3730, intended for use in the AN/FPQ-16 PARCS Radar system. This acquisition is restricted to qualified sources, including Pacific Electronic Enterprises, Elbit America, and Decryptor, Inc., with interested contractors required to submit a qualification package to become eligible. The procurement emphasizes compliance with military standards and includes specific requirements for First Article Testing and a Counterfeit Prevention Plan to ensure product reliability and integrity. Interested parties must submit their offers by April 30, 2025, and can contact Scottina Malia at scottina.malia@us.af.mil for further information.