SOLICITATION: DESIGN AND FIRST ARTICLES -- ASR-9 RADAR MULTIVOLTAGE POWER SUPPLY (MVPS) REPAIR KITS.
ID: 6973GH-24-R-00158Type: Solicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design and production of Multi-Voltage Power Supply (MVPS) repair kits for the ASR-9 Radar System. The procurement aims to acquire first articles for four different modules (A, C, D, and D1) to replace obsolete components and ensure operational performance in radar systems critical for air traffic control. The selected contractor will be responsible for delivering the prototypes within 200 days of contract award, adhering to stringent technical specifications and quality assurance protocols. Interested offerors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with inquiries directed to Josh Huckeby at joshua.d.huckeby@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) concerning the procurement of four different supply modules and associated data deliverables for the Federal Aviation Administration (FAA). The main purpose of the solicitation is to acquire specified first articles of various modules (A, C, D, and D1), while the project emphasizes important details including delivery timelines, contractual clauses, and compliance with packaging and inspection standards. The required delivery for the modules is stipulated as 200 days after contract award. The contract emphasizes the retention of unlimited rights to the data produced under the contract, ensuring the FAA can utilize these deliverables as necessary. Amendments to the solicitation must be acknowledged, and all replies must adhere to strict schedules and formatting. Additionally, electronic invoicing through the Delphi portal is mandated for payments, highlighting a move toward digitization in government contracting processes. Overall, the solicitation establishes clear guidelines for participation, delivery expectations, and compliance requirements to ensure accountability and high standards in the procurement process for FAA operations.
    The Statement of Work outlines the procurement of ASR-9 Module A Power Supply Repair Kits necessary for updating the obsolete internal components of the Multivoltage Power Supply (MVPS) used in ASR-9 field radar systems. The Federal Aviation Administration (FAA) requires these kits to ensure compatibility and operational performance following specific technical standards. The contractor is responsible for designing, constructing, and testing four prototype repair kits, which must meet the outlined specifications to replace existing power supplies effectively. Each kit should adhere to certain operational parameters, including adjustable voltage and compatibility with legacy systems. Upon delivery of the prototypes within 200 days of order, the FAA will conduct rigorous testing to verify compliance with the provided specifications. Documentation, including operation guidelines and schematics, must be delivered in specified formats to be eligible for approval. The overall aim of this project is to ensure the continued functionality of radar sites by replacing outdated components while maintaining system integrity and performance standards.
    The document outlines detailed specifications and materials for the assembly of "Module A" by KELTEC, a division of Amstar Technical Products Company, Inc. It includes a wiring list, a parts list with quantities, and identifying numbers for each component required in the assembly process. Key items mentioned include various terminal types, screws, washers, and covers, with specific manufacturing details for each part listed. Revisions are noted for quality control, with references to multiple engineering change notices (ECNs) and engineering change orders (ECOs) reflecting alterations made over time, ensuring compliance with Department of Defense standards. There are instructions for interpreting drawings, highlighting that all dimensions are in inches and specifying tolerances for manufacturing. The document emphasizes confidentiality, stating that it cannot be reproduced or used without permission. The context of this document lies within federal contracting and procurement processes, where thorough documentation and specification adherence are paramount, indicating its usage in fulfilling government RFPs and grants.
    The document outlines the specifications and assembly instructions for a Circuit Card Assembly Module A, manufactured by Keltec Florida. It details various components, including circuit schematics, materials, and compliance with military standards (MIL-STD). The instructions include assembly notes, component orientation, lead form details, and serialization information. Specifically, the document refers to materials required, such as transistors, diodes, resistors, and capacitors, each with their respective military specifications and quantities needed for assembly. It emphasizes accuracy in interpretation of the schematics, adherence to quality control measures, and the proprietary nature of the designs. This documentation serves both as a technical reference for manufacturing and as part of compliance in federal contracting, reinforcing the significance of strict adherence to military and federal guidelines during production processes.
    The statement of work outlines the procurement of ASR-9 Module C Power Supply Repair Kits necessary for the Federal Aviation Administration (FAA) to update obsolete radar system components. Specifically, the FAA supports 135 ASR-9 radar sites, each reliant on the Multivoltage Power Supply (MVPS) to provide power to key subsystems. Due to the aging internal components of the MOD C power supplies, a repair kit is essential to mitigate obsolescence. The contractor is tasked with designing, constructing, and testing seven prototype Module C Repair Kits in accordance with several technical specifications. Key requirements include the kits being form, fit, and function compatible with legacy systems, adjustable voltage, and full load capability in case of failure. Delivery of the prototypes and accompanying test data must occur within 200 days from order receipt. Comprehensive documentation, including operation and repair procedures, parts lists, and schematic drawings in required formats, is mandated with the prototypes. This structured approach aims to ensure product reliability and operational conformance, highlighting the FAA's commitment to maintaining radar systems critical for aviation safety and logistics support.
    The document is a technical specification and parts list for the Unit Assembly C Module produced by Keltec Florida. It includes detailed instructions for the assembly process, highlighting the application of heat shrink tubing and wiring requirements for various components such as terminals and wiring configurations. Visuals include detailed diagrams and views (denoted as "DETAIL G," "DETAIL C," and "VIEW A-A") that provide guidance for installation and connections, emphasizing adherence to Department of Defense standards. The document also outlines critical parameters for parts usage, including dimensions, tolerances, and material specifications. Additionally, it presents a parts list with item descriptions and manufacturing references essential for assembly, ensuring clarity on required quantities and component specifications. Overall, this technical document serves as a vital resource for compliance and operational integrity within governmental procurement related to defense contracts.
    The document outlines specifications and details for a Circuit Card Assembly (Module C) produced by Keltec, Florida, within the framework of a government contract. It includes instructions for assembly under military standards (MIL-STD), detailing component identification, schematic references, and quality assurance measures. Key points emphasize various components needed, such as transistors, diodes, capacitors, resistors, and their specific quantities. The document specifies the materials and specifications for these components, adhering to military specifications such as MIL-S and MIL-C. Additionally, it describes assembly processes, such as securing components, applying torque settings, and instructions for soldering and installation. The document represents a typical analytical structure seen in federal Requests for Proposals (RFPs), focusing on precision and compliance with stringent manufacturing standards while ensuring safety and accountability through meticulous documentation of revisions and approvals. This comprehensive technical document serves as a clear guide for manufacturers to meet contractual obligations and develop the specified electronic module efficiently.
    The document outlines the Statement of Work (SOW) for procuring repair kits for the ASR-9 Module D Power Supply, specifically part number 852300, as needed by the Federal Aviation Administration (FAA). The ASR-9 radar system requires updates to its obsolete power supply components to maintain operational capabilities. The contractor is tasked with producing two prototype repair kits to facilitate necessary upgrades, ensuring compatibility with existing systems. Key requirements include designing, constructing, and testing these kits following specified FAA guidelines, verifying their performance through stringent testing protocols. Supporting documentation, such as test data packages and schematic drawings, must be provided upon delivery. The delivery of the prototype units is scheduled within 200 days of the order, and comprehensive compliance verification will be conducted by the FAA to ensure conformance with predefined standards. This procurement initiative aims to address obsolescence issues within the radar systems, emphasizing the importance of maintaining and modernizing critical air traffic control technology to ensure continued safe operations. The document reflects typical government RFP processes with an emphasis on precise specifications and deliverable requirements for contractors.
    The document outlines technical specifications and parts lists for the "Unit Assembly, Module D" produced by Keltec, a division of Amstar Technical Products Company. It includes details concerning various components, such as circuit boards, covers, and a heat sink, all displayed with corresponding codes and identifiers. Drawings clearly indicate dimensions, material specifications, and assembly instructions while maintaining compliance with the Department of Defense standards. Revisions and approvals are listed throughout the document, highlighting updates and changes made from 1985 through 1987. The document emphasizes the proprietary nature of its contents, prohibiting reproduction without authorization. The overall focus on exact dimensional tolerances, materials finish, and part identifiers supports the aim of facilitating the manufacturing of the unit efficiently, supporting federal and military specifications. This technical documentation aligns with government requirements for RFP processes, indicating a structured approach to quality control and adherence to specific regulatory standards.
    The document outlines technical specifications and assembly instructions for a Circuit Card Assembly (Module D) developed by KELTEC, a division of Amstar Technical Products Company, Inc. It includes detailed guidelines for component assembly, wiring, and installation, adhering to military standards such as MIL-STD-454 and MIL-STD-130. Key instructions involve proper component orientation, serialization control, securing connections, and lead forming. A comprehensive parts list details quantities, specifications, and identifying numbers for various electronic components, such as resistors, capacitors, diodes, and connectors. The document emphasizes the importance of following prescribed tolerances and standards for construction and inspection, indicating strict control measures to ensure the item’s reliability. This summary is relevant to government RFPs, federal grants, and state/local RFPs, particularly in the context of defense contracting and military equipment compliance.
    The Statement of Work details the procurement of a repair kit for the ASR-9 Module D1 Power Supply, critical for FAA logistics support to radar systems. The existing power supply components are obsolete and need replacement to resolve obsolescence issues. The contractor is required to develop two prototype repair kits that meet specific FAA standards, ensuring the units are upgradable and compatible with legacy systems. Key specifications include adjustable voltage, full load capacity in case of failure, and comprehensive testing requirements for performance verification, including preparations for delivery in compliance with protocols. Documentation must be thorough and provided in specified formats to ensure compliance and facilitate further assessment by the FAA. This initiative reflects the government's commitment to maintain and enhance reliable technology for aviation safety and operations.
    The document consists of detailed design specifications and a parts list for a unit assembly module produced by Keltec Florida, a division of Amstar Technical Products Company, Inc. It includes comprehensive engineering drawings, revisions, and updates related to the assembly components, such as a front panel, cover panels, a heat sink, and various washers and screws required for construction. The specifications emphasize the proprietary nature of the drawings and restrict reproduction without permission. Key points include references to specific engineering change orders (ECO) and engineering change notices (ECN), each detailing when alterations were approved and the significance of those modifications to the module's design. The document also outlines required materials, their dimensions, and tolerances, integrating essential mechanical and electrical engineering standards. This type of documentation serves as a critical aspect of government RFPs (Requests for Proposals) and contracts, ensuring clarity in the procurement process and adherence to technical requirements for assembly and production. The structured listing of parts and precise detailing aids in compliance and facilitates the procurement processes for government and military projects requiring strict adherence to specifications and quality standards.
    The document outlines technical specifications and assembly instructions for a circuit card assembly module labeled as D855512-1, produced by Keltec Florida, a division of Amstar Technical Products Company. It includes detailed notes on assembly processes, component orientation, securement methods, and installation requirements, adhering to military and federal standards such as MIL-STD-454 and MIL-STD-130. The specifications emphasize proper component identification, sequential assembly instructions, torque settings for various studs, and serialization controls. A comprehensive parts list is provided, indicating quantities, descriptions, and identifying numbers for necessary materials like resistors, capacitors, connectors, and other hardware. Revisions and approvals recorded throughout the document reflect ongoing quality control and compliance with engineering change notices (ECNs). This document serves as a technical guide for contractors involved in government contracts, ensuring precision in manufacturing processes essential for defense or similar applications.
    The document outlines the technical specifications and testing procedures for a power supply system developed by Keltec Florida, a division of Amstar Technical Products Company. It focuses on the test procedures for various power supply modules (PS91735 to PS91742), detailing safety, control, and configuration control requirements. The document specifies the necessary equipment for testing, including transformers, monitors, and measurement tools, while emphasizing the importance of compliance with FAA requirements. Each section includes detailed testing protocols, including input isolation, output regulation, transient response, overcurrent protection, and environmental testing parameters. Key safety instructions and revision controls are also delineated, ensuring accountability and adherence to engineering standards. The document's structure clearly categorizes tests by type, outlines operational procedures, and mandates quality assurance checks, supporting the overarching goal of reliable power supply performance essential for compliance with federal standards related to government RFPs and grants.
    The FAA-G-2100H specification outlines the general requirements for electronic equipment used within the National Airspace System (NAS). It serves as a technical baseline for the procurement of ground-based electronic systems, detailing acceptable fabrication processes, materials, and compliance verification methods. The document emphasizes tailored specifications applicable to various systems, including requirements for electrical power, mechanical construction, reliability, maintainability, and software/firmware. Key elements include essential electrical requirements relating to power factor and load characteristics, detailed stipulations for mechanical design ensuring accessibility and transportability, and environmental conditions for operation. Additional sections cover quality assurance provisions and documentation standards, including the necessity for thorough training of personnel involved in the equipment’s operation and maintenance. Intended for improving procurement efficiency, FAA-G-2100H aids in aligning federal and state contracting processes with standardized electronic equipment requirements. This document ultimately seeks to ensure safe and reliable operation of electronic systems critical to air traffic control and other aviation operations, reinforcing the FAA’s commitment to maintaining high operational standards.
    The document specifies the requirements for a Multiple-Voltage DC Power Supply Subsystem (PSS) that will support an airport surveillance radar system for the Federal Aviation Administration (FAA). It outlines technical specifications, including electrical, mechanical, and environmental requirements, ensuring the subsystem operates reliably in unattended conditions. The specification necessitates independent output regulation, reverse voltage protection, and uninterruptible power supply (UPS) capabilities for critical operational continuity. Notably, safety features like overvoltage protection and current limiting must be integrated. Referencing applicable FAA and military specifications, it emphasizes modularity and accessibility for maintenance while adhering to rigorous quality assurance protocols. The document delineates a clear proposal structure for potential vendors to detail compliance with these specifications, including a technical approach to design and materials used. Overall, the document serves as a comprehensive guideline for the procurement of critical power supply components necessary for enhancing FAA radar systems, highlighting governmental expectations regarding performance, safety, and reliability. Adherence to these standards is vital for ensuring efficient airport surveillance operations.
    The document outlines the specifications for a Multiple-Voltage DC Power Supply Subsystem (PSS) to be used in the ASR-9 Airport Surveillance Radar system for the Federal Aviation Administration (FAA). It details the requirements for the power supply, including electrical, mechanical, and environmental performance criteria. Key points include the need for independent and isolated outputs, protection against overvoltage and overcurrent, and modularity for ease of maintenance. The PSS must comply with FAA and MIL specifications, focusing on reliability, maintainability, and documentation standards. The document emphasizes quality assurance protocols and testing requirements, including first article testing and production tests. Furthermore, it calls for detailed proposals from prospective vendors, ensuring compliance with the detailed technical, mechanical, and quality assurance specifications. This document is crucial for ensuring the power supply subsystem meets operational demands and safety standards as part of a government RFP process for defense and electronics systems.
    This government document serves as a template for offerors responding to Requests for Proposals (RFPs) and outlines the necessary information required for submission. It consists of sections detailing the offeror's identity, project details, and experience. Key components include the offeror’s name, contact details, and the project’s financial value along with its current status (active or completed). Specific responsibilities of the offeror within the project must be outlined, along with the client’s details, including the government entity or company involved and their contact information. The document indicates that additional information must comply with Sections L and M of the SIR Document regarding project value and recency criteria. The structure emphasizes organized and comprehensive presentations for federal and local grant applications, ensuring clarity in roles and project descriptions, which is essential for accurate evaluation by government agencies. Overall, this guidance facilitates the effective submission of proposals in response to government contracts.
    Similar Opportunities
    Surface Movement Radar, Model 4 , Replacement for Airport Surface Detection Equipment Model 3 Surface Movement Radar (ASDE-3 SMR)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors for the procurement of the Surface Movement Radar, Model 4 (SMR4), intended to replace the aging Airport Surface Detection Equipment Model 3 (ASDE-3) systems at various U.S. airports. The SMR4 system aims to enhance runway safety and operational efficiency by providing advanced non-cooperative surveillance capabilities for aircraft and vehicles in airport movement areas, integrating seamlessly with existing FAA surface surveillance systems. This procurement is critical for improving air traffic management and ensuring compliance with federal aviation safety standards. Interested vendors should direct inquiries to Aleksandra Skoric or Patrick Weare via email, with the anticipated release of the final Screening Information Request (SIR) scheduled for October 31, 2024.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of critical power systems across various National Airspace System (NAS) facilities throughout the United States. The procurement involves project management, design services, and installation work for power systems and ancillary equipment, with a focus on ensuring reliable power distribution to support FAA operations. This initiative is vital for maintaining the operational integrity and safety of air traffic control and other FAA functions, reflecting the importance of robust electrical infrastructure in aviation. Interested contractors must submit their Phase 1 proposals by October 30, 2024, at 6:00 PM CST, and are encouraged to direct inquiries to Stefanie Wiles or Amanda J. Garen via their provided email addresses. The anticipated contract will be structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $1.3 billion.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of power supply units, identified by NSN 7R-6130-016432408-QE, with a quantity of 130 units required. This procurement is critical as the items are flight critical, necessitating Government source approval prior to contract award, and the data needed for competitive acquisition is not readily available. Interested vendors must submit their proposals along with the required source approval documentation within 45 days of this notice, with the primary contact for inquiries being Michael J. Zuccarini at (215) 697-1106 or via email at MICHAEL.ZUCCARINI@NAVY.MIL.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    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 power supply, identified by NSN 7R-6130-010303840-LC. The procurement involves a quantity of three units, which are flight critical and require Government source approval prior to contract award, as the available technical data is insufficient for open competition. Interested vendors must provide detailed technical data and experience documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Active
    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.
    16--POWER CONTROL ASSEM, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    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 Power Control Assembly, identified by NSN 7R-1680-017163760-RQ. The procurement involves a quantity of five units, which are flight critical, necessitating government source approval prior to contract award, as the technical data available does not support full and open competition. Interested vendors must provide detailed documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to submit the required information will result in disqualification from the award process. For inquiries, vendors can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO@NAVY.MIL.
    16--FLIGHT MANAGEMENT C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 36 units of a specialized flight management component, identified by NSN 7R-1680-016466153-P8. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract will be awarded based on qualifications, with proposals due within 45 days of the notice, and interested parties should contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of a power supply identified by NSN 7R-6130-015090968-EW. The procurement involves six units of the power supply, with the expectation that the award will be made to the Original Equipment Manufacturer, as no drawings or data are available for alternative sources. This repair is critical for maintaining operational readiness, and interested parties must submit their capabilities and qualifications by email to Jason Sklencar at jason.sklencar@navy.mil. The solicitation is anticipated to be issued on October 28, 2024, with proposals due by November 18, 2024, and the award expected by December 20, 2024.
    16--POWER CONTROL ASSEM, IN REPAIR/MODIFICATION OF
    Active
    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 Power Control Assemblies, identified by NSN 0RH 1680 016985169 RQ and part number G071217E08001-3. The contractor will be responsible for overhauling, upgrading, and returning these assemblies to a Ready for Issue (RFI) condition, adhering to strict specifications and quality assurance requirements outlined in the Statement of Work. These assemblies are critical components for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested contractors must submit their proposals to Nadia Govorushko at nadia.govorushko@navy.mil by the specified deadline indicated in the solicitation.
    Alaska Radar System Operations and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Operations and Maintenance (O&M) Services for the Alaska Radar System (ARS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The contract will encompass the O&M of 15 radar sites, three remote radio sites, and various support services including facility maintenance, transportation, and logistics, all crucial for supporting NORAD and USNORTHCOM missions. This procurement is significant for ensuring air sovereignty in Alaska and providing essential civil aircraft information to the FAA. A formal Request for Proposal (RFP) is expected to be issued by October 31, 2024, with a contract period spanning from September 29, 2025, to September 28, 2037, if all options are exercised. Interested parties must register in the System for Award Management (SAM) and can direct inquiries to Capt Chelsea J. Belford at chelsea.belford@us.af.mil or Lucian A. Reaves at lucian.reaves@us.af.mil.