PR 24-00065 Repair of Chassis Plug-In Unit
ID: FA8517-25-R-0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8517 AFSC PZAACROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (81121)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair, calibration, and testing of the Chassis Plug-In Unit, a critical electronic component used in the Fire Control System Test set for military aircraft. This five-year contract, which includes a basic year and four option years, requires compliance with stringent performance standards and the management of government property, ensuring that repairs meet original equipment manufacturer (OEM) specifications. The successful contractor will be responsible for adhering to various federal regulations, including packaging and transportation requirements, as well as maintaining high-quality standards throughout the contract duration. Interested vendors should contact Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with proposals due by April 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the equivalent hourly wage rates for federal hires within specific electronics positions as of October 31, 2023. It provides a breakdown of rates for various Wage Grade (WG) and General Schedule (GS) positions, essential for determining compensation for roles such as Electronics Technician and Electronics Mechanic within the Department of Defense's civilian personnel management framework. Specific rates listed include $31.47 for GS-0865-09, as well as $29.86, $31.02, and $32.31 for different WG levels. The document identifies these personnel as PAC stamp certified electronic mechanics, indicating their qualifications and adherence to federal standards. This information is vital for procurement and budgeting processes associated with personnel hiring in federal projects, informing decisions related to wage allocations within federal grants and local RFPs. The document is authored by Kesa Releford, Equipment Specialist, and includes contact information for further inquiries related to the purchase request number FD20602400065-00.
    The document outlines a Performance Work Statement (PWS) for the repair, calibration, and testing of various electronic components associated with the LANTIRN Automated Test Equipment (ATE) for the United States Air Force (USAF). The primary goal is to ensure the efficient functioning of the Fire Control System Test set for F-15E/F-16 aircraft, which enhances operational capabilities during adverse conditions. Key responsibilities of the contractor include quality repairs, timely reporting, compliance with original equipment manufacturer (OEM) standards, and effective management of government property. The document stipulates stringent performance thresholds, such as achieving a 100% pass rate for initial inspections and limiting product quality deficiency reports. The contract spans a basic year with four ordering periods, performed at contractor facilities, and encompasses detailed technical requirements and reporting obligations, including measures against counterfeit parts. Safety, environmental regulations, and strict adherence to security protocols are emphasized throughout the contract, encapsulating a comprehensive approach to ensure successful contract performance and the maintenance of Air Force capabilities. This PWS reflects the government’s commitment to maintaining stringent quality control and effective logistical support for vital defense systems.
    The document outlines packaging requirements under Purchase Instrument Number FD20602400065-00, specifically addressing compliance with UN restrictions on wood packaging materials (WPM) to mitigate invasive species risks, such as the pinewood nematode. It specifies that all wooden materials, including pallets and containers, must be constructed from debarked wood and heat-treated to a minimum temperature of 56°C for at least 30 minutes. Certification by an accredited agency is required in alignment with the American Lumber Standards Committee. Additional instructions include that shipping containers must follow MIL-STD-2073-1 for military packaging and MIL-STD-129 for marking. Containers suitable for reuse should be reclaimed, while unserviceable ones must be replaced by contractors. The document emphasizes the importance of adhering to these standards to ensure safe and compliant packaging for military logistics and global shipments, reflecting the government's focus on maintaining quality and environmental standards within the supply chain.
    The document outlines transportation data associated with federal procurement, specifically focusing on the shipping requirements for several line items indicated by Purchase Instrument Number FD20602400065-00, initiated on May 10, 2024. The primary content discusses transportation terms, mainly F.O.B. (Free On Board) clauses, and emphasizes the necessity to contact DCMA Transportation for instructions on shipments, particularly for DCMA administered contracts. Vendors must acquire appropriate shipping clears and documentation to avoid incurring additional costs. It lists various National Stock Numbers (NSNs) for items while noting the importance of communication with the DCMA Transportation Group for initial shipping arrangements. The contact person, Robert T. Pate, is identified as the liaison for vendor inquiries. The document reinforces a zero-dollar purchase requisition, across multiple line items, further detailing shipping and destination requirements. This highlights the structured nature of government procurement processes within the context of RFP submissions and grants while ensuring compliance with federal transportation regulations.
    The document outlines a Request for Proposal (RFP) for the acquisition of commercial services related to the repair of Chassis Plug-In units over an initial one-year period, extendable for four additional years, following Federal Acquisition Regulations (FAR). Issued by Robins Air Force Base, the solicitation requires submissions by April 11, 2025. The acquisition is unrestricted but encourages participation from small businesses, including service-disabled veteran-owned and women-owned enterprises. The contract will include various Contract Line Item Numbers (CLINs) detailing specific services, quantities, and prices, with Best Estimated Quantities (BEQs) set for performance evaluation. Notably, all work will be conducted in accordance with a Performance Work Statement dated November 18, 2024. The proposal includes adherence to numerous federal regulations and emphasizes the importance of item unique identification (IUID) for tracking purposes. Moreover, it mandates compliance with several crucial clauses related to workforce regulations, cybersecurity, and procurement policies, ensuring the protection of government interests. The RFP reflects the government’s intent to engage in performance-based contracting, incentivizing quality and timely deliverables while ensuring transparency and accountability in federal spending.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    16--AFMC, 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 aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    16--CHASSIS,CONTROL PAN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two units of the Chassis, Control Pan (NSN: 1680 016907317). The procurement requires contractors to adhere to strict quality control measures and repair procedures, ensuring that all items are restored to a Ready for Issue (RFI) condition within a required turnaround time of 30 days after receipt. This equipment is critical for operational readiness in military applications, emphasizing the importance of timely and compliant repairs. Interested contractors should contact Tara Kupperstein at 215-697-3608 or via email at tara.b.kupperstein.civ@us.navy.mil for further details, with the expectation that all contractual documents will be issued electronically upon acceptance of proposals.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    16--ELECTRONIC CONTROL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of electronic control units. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs for the specified items, which are critical components in aircraft operations. The procurement emphasizes the need for compliance with military standards and specifications, ensuring that repaired units are returned to a Ready for Issue (RFI) condition. Interested contractors can reach out to Jessica Laychock at 215-697-3992 or via email at JESSICA.P.LAYCHOCK.CIV@US.NAVY.MIL for further details and to submit their proposals.
    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.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.