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
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    Repair of the KC-135 Electronic Control Unit Assembly (ECUA)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the KC-135 Electronic Control Unit Assembly (ECUA) under a presolicitation notice. The procurement involves comprehensive repair services, including troubleshooting, calibration, and quality testing, to ensure compliance with Original Equipment Manufacturer (OEM) specifications. This contract is critical for maintaining the operational readiness of the KC-135 aircraft, which plays a vital role in air refueling and military operations. Interested parties should note that the solicitation number is FA8117-25-R-0013, with proposals due by April 21, 2025, and inquiries directed to Nathan R. Sholund at nathan.sholund@us.af.mil.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) countries by ensuring the maintenance and operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and includes specific requirements for Technical Data Packages (TDPs) and performance evaluations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of March 21, 2025, at 1400 MST. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Repair of the enhanced/Color Programmable Display Generator (e/CPDG)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors for the repair of the Enhanced/Color Programmable Display Generator (e/CPDG) with NSN 1280-01-508-4197WF. This Sources Sought notice aims to gather information on entities capable of performing the necessary repairs and to assess the potential for competition and the feasibility of a Small Business Set-Aside. The e/CPDG is crucial for aircraft operations, highlighting the importance of reliable electronic and precision equipment maintenance. Interested parties are encouraged to submit their relevant experience and company profiles by April 7, 2025, and may direct inquiries to Mr. Darin Rector at daren.rector@us.af.mil.
    Repair of E-3 RCU Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the E-3 Recording Control Unit (RCU) as part of Purchase Request FD2060-25-00168. The primary objective is to ensure timely repairs of critical components, including the Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, with a required turnaround time of 60 calendar days and strict quality control measures in place. This procurement is vital for maintaining the operational readiness of the E-3 AWACS aircraft, which supports essential missions for the United States Air Force. Interested parties should contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil for further details, as the contract spans one year and does not require security clearances for contractor personnel.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.